Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2013-062 Terminal Apron Rehabilitation Construction Project, Engineering Agreement with Huibregtse, Louman Associates, Inc. 3-53-0089-33 and 35
RESOLUTION NO. R-2013-062 A RESOLUTION authorizing the City Manager to execute an Engineering Services Agreement with Huibregtse, Louman Associates, Inc. (HLA), in the amount not to exceed $99,484 00 to provide Engineering Services for Terminal Apron Rehabilitation Construction project AIP 3-53-0089-35 WHEREAS, City owns and operates Yakima Air Terminal in accordance with applicable Federal, State and Local regulations, and WHEREAS, the City maintains a roster of consultants whose statements of qualifications represent that they have the expertise necessary to perform the services required by the City; and WHEREAS, the state of Washington requires these services to be performed by a Professional Licensed Engineer; and WHEREAS, the City Council has determined that it is in the best interest of the City to enter into a Professional Services Agreement with HLA for rehabilitation of approximately, 2.39 acres of 16 foot x 16 foot concrete panels. Rehabilitation will include joint stabilization by cleaning joints of debris and stabilizing with backer rods, and panel stabilization by removing and replacing significantly cracked panels with new reinforced concrete. Project will also include concrete surface rehabilitation, grinding surrounding heaved asphalt, and new markings on the terminal apron WHEREAS, the engineer will perform the services in the project during the 2013 calendar year BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the attached and incorporated Professional Services Agreement with HLA in the amount not to exceed ninety nine thousand four hundred eighty four dollars ($99,484.00), to provide Engineering Services for Terminal Apron Rehabilitation Construction Project AIP 3-53-0089-35 ADOPTED BY THE CIT COUNCIL this 21st day of May, 2013. ATTEST: * . 4).. W onya 4= ar Tee, C1I,4 C ENGINEERING SERVICES AGREEMENT FOR CONSTRUCTION PROJECTS UNDER AIRPORT IMPROVEMENT PROGRAM Terminal Apron Rehabilitation Project AIP Project No. 3-53-0089-35 This AGREEMENT, made thisk7c day of V , 2013, by and between City of Yakima, 129 North Second Street, Yakima, WA 98901, herein r called the "OWNER" and Huibregtse, Louman Associates, Inc , 801 North 39th Avenue, Yakima, W 98902, hereinafter called the "ENGINEER." WITNESSETH, that the OWNER intends to improve the Yakima Air Terminal at Yakima, Washington, consisting of the following items The Terminal Apron Rehabilitation Project includes rehabilitation of approximately 2 39 acres of 16 foot x 16 foot concrete panels Rehabilitation will include joint stabilization by cleaning joints of debris and stabilizing with backer rods, and panel stabilization by removing and replacing significantly cracked panels with new reinforced concrete Project will also include concrete surface rehabilitation, grinding surrounding heaved asphalt, and new markings on the terminal apron The below scope of work is to provide construction observation and administration, and project close out services for the above referenced work. The extent of improvements will be coordinated with the amount of available funds for construction I. SCOPE OF WORK The OWNER hereby employs the ENGINEER and the ENGINEER accepts and agrees to perform the following services for the project during the 2013 calendar year A. CONSTRUCTION ADMINISTRATION The ENGINEER shall provide the following services under this work phase 1 Assist OWNER in evaluation of available funding 2 Assist OWNER in AIP Grant Preparation to complete grant authorization 3 With FAA concurrence and OWNER concurrence, issue notification of award, prepare the construction contract and monitor contract execution 4 Coordinate and conduct a preconstruction conference and prepare meeting minutes 5 Assist OWNER in issuing the notice to proceed upon FAA concurrence 6 Attend up to two (2) City of Yakima Meetings as necessary to provide project updates 7 Complete Construction Management Plan once all contractor information is known 8 Review Contractor's Safety and Quality Assurance Plan, provide comments as needed to facilitate the intent of the applicable airport and FAA standards to maintain safety and quality 9 Conduct weekly construction and safety meetings with the Contractor and Airport staff 10 Prepare and submit daily and weekly inspection reports in accordance with FAA guidelines. G:\Contracts & Task Orders\Yakima Air Terminal M050\2013-05-02 Scope of Svcs Construction Terminal Apron.doc Page 1 of 9 11 Provide on-site construction observation personnel under the supervision of the ENGINEER to keep records, notes, plans, and maps for use in preparing record drawings for the project as finally constructed and to advise the Airport staff of deficiencies not corrected by the Contractor Anticipated length of construction is thirty (30) working days. The ENGINEER does not guarantee the performance of the Contractor by the ENGINEER's performance of such construction observation The ENGINEER's undertaking hereunder shall not relieve the Contractor of his obligation to perform the work in compliance with the plans and specifications in a workmanlike manner; shall not make the ENGINEER an insurer to the Contractor's performance, and shall not impose upon the ENGINEER any obligation to see to it that the work is performed in a safe manner 12 Evaluate and prepare change orders and gain approval by FAA on all eligible changes in work. 13 Review all materials submittals for compliance with the contract plans and specifications 14. Prepare and confirm monthly pay estimates and contract change orders 15 Conduct and document periodic wage rate interviews and document Contractor payroll certifications 16 Make recommendations to the Airport on all claims relating to the execution and progress of the construction work. 17 Observe and document DBE participation as required by the Office of Civil Rights Complete DBE participation forms. 18 Conduct a final inspection with the Airport, FAA, and Contractor Follow-up on any discrepancies found during inspections. 19 Prepare the Final Project Report to meet established FAA requirements 20 Assist the Airport in project closeout. 21 Specifically omitted from the Engineer's duties are review of the Contractor's safety precautions, or review of the means, methods, sequences, or procedures required for the Contractor to perform the work but not relating to the final or completed Project. The omitted design or review services include, but are not limited to, shoring, scaffolding, underpinning, temporary retainment of excavations, and any erection methods and temporary bracing 22 Notify the Airport of the project work which does not conform to the result required in the construction contract, prepare a written report describing any apparent non -conforming project work, and make recommendations to the Airport for its correction and, at the request of the Airport, have the recommendations implemented by the Contractor 23 Engineer will comply with all applicable project closeout requirements in Engineering Guidance 2010-06 dated 12/7/2010 Tasks to include a. Project Closeout Requirements (for all types of grants), Item 1 (A -G) b Final Planning Closeout Report, Item 2 (A -F) This item is not applicable c Final Environmental Closeout Report, Item 3 (A -C). This item is not applicable d Final Construction Report, Item 4-5, A(1-7) B C(1-2) D(1-8) E -M e Final Land Closeout Report, Item 6 A -G This item is not applicable f Final Equipment Closeout Report, Item 7 A -H This item is not applicable g Financial Closeout of Phased Project, Item 8 A -D Item A, Final Pay Request to be completed by OWNER. Assist OWNER with Item B, Final Payment Summary Worksheet for engineering costs Assist OWNER with Item C, Sponsor Certifications. G \Contracts & Task Orders\Yakima Air Terminal \11050\2013-05-02 Scope of Svcs Construction Terminal Apron.doc Page 2 of 9 II. COMPENSATION FOR ENGINEERING SERVICES The OWNER shall pay the ENGINEER the following fees as complete compensation for all services rendered as herein agreed A. The OWNER shall pay the ENGINEER for services as set forth in Section IA of this Agreement, on a lump sum basis as follows. Terminal Apron Rehabilitation $ 99,484 00, Section IA. B Fee for services outside the defined scope of work will be negotiated and agreed upon between the OWNER and the ENGINEER in writing prior to performance of said services For services not performed as defined in the scope of work, a credit for services will be negotiated and agreed upon between the OWNER and ENGINEER in writing prior to contract completion C ENGINEER will submit monthly invoices on or about the first day of the month for ENGINEER'S Professional Services actually completed during the prior month OWNER agrees to pay the invoiced amounts within 45 days of receipt of invoice III. OWNER'S RESPONSIBILITIES A. The OWNER agrees to cooperate with the ENGINEER in the approval of all plans, change orders, testing data, or other documents should they disapprove of any part of said documents, shall make a timely decision in order that no undue expense will be caused the ENGINEER because of lack of decisions. If the ENGINEER is caused extra expense due to direction ordered by the OWNER after approval of the documents, the ENGINEER shall be equitably paid for such extra expenses and services involved in accordance with Section II B of this Agreement. B The OWNER shall pay publishing costs for advertisements of notices, public hearings, and other similar items, shall pay for all permits and licenses that may be required by local, state, or federal authorities, and shall secure the necessary land, easements, and rights of way required for the Project. IV. ENGINEER'S RESPONSIBILITIES A. OWNER'S review or approval of, or payment for, any plans, drawings, designs, specifications, reports, and incidental WORK or services furnished hereunder shall not in any way relieve the ENGINEER of responsibility for the technical adequacy, completeness, or accuracy of its WORK and the PROJECT WORK. OWNER'S review, approval, or payment for any of the services shall not be construed to operate as a waiver of any rights under this Agreement or at law or any cause of action arising out of the performance of this Agreement. B In performing WORK and services hereunder, the ENGINEER and its subcontractors, subconsultants, employees, agents, and representatives shall be acting as independent contractors and shall not be deemed or construed to be employees or agents of OWNER in any manner whatsoever The ENGINEER shall not hold itself out as, nor claim to be, an officer or employee of OWNER by reason hereof and will not make any claim, demand, or application to or for any right or privilege applicable to an officer or employee of OWNER. The ENGINEER shall be solely responsible for any claims for wages or compensation by ENGINEER employees, agents, and representatives, including subconsultants and subcontractors, and shall save and hold OWNER harmless therefrom a \Contracts & Task Orders\Yakima Air Terminal \11050\2013-05-02 Scope of Svcs Construction Terminal Apron.doc Page 3 of 9 C INDEMNIFICATION. 1 ENGINEER agrees to defend, indemnify, and hold harmless the OWNER, its elected officials, agents, officers, and employees (hereinafter "parties protected") from (1) claims, demands, liens, lawsuits, administrative and other proceedings, and (2) judgments, awards, losses, liabilities, damages, penalties, fines, costs and expenses (including legal fees, costs, and disbursements) of any kind claimed by third parties arising out of, or related to any death, injury, damage or destruction to any person or any property to the extent caused by any negligent act, action, default, error or omission or willful misconduct arising out of the Engineer's performance under this Agreement. In the event that any lien is placed upon the OWNER's property or any of the OWNER's officers, employees or agents as a result of the negligence or willful misconduct of the Engineer, the Engineer shall at once cause the same to be dissolved and discharged by giving bond or otherwise 2 OWNER agrees to indemnify, defend, and hold the ENGINEER harmless from loss, cost, or expense, including legal fees, of any kind claimed by third parties, including without limitation such loss, cost, or expense resulting from injuries to persons or damages to property, to the extent caused by the negligence or willful misconduct of the OWNER, its employees, or agents in connection with the PROJECT 3 If the negligence or willful misconduct of both the ENGINEER and the OWNER (or a person identified above for whom each is liable) is a cause of such third party claim, the loss, cost, or expense shall be shared between the ENGINEER and the OWNER in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity will apply for such proportion 4 Nothing contained in this Section or this Agreement shall be construed to create a liability or a right of indemnification in any third party D In any and all claims by an employee of the ENGINEER, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligations under this Agreement shall not be limited in any way by any limitation on the amount or types of damages, compensation, or benefits payable by or for the ENGINEER or a subcontractor under workers' or workmen's' compensation acts, disability benefit acts, or other employee benefit acts. E. It is understood that any resident engineering or inspection provided by ENGINEER is for the purpose of determining compliance with the technical provisions of PROJECT specifications and does not constitute any form of guarantee or insurance with respect to the performance of a contractor ENGINEER does not assume responsibility for methods or appliances used by a contractor, for a contractor's safety programs or methods, or for compliance by contractors with laws and regulations OWNER shall use its best efforts to ensure that the construction contract requires that the contractor(s) indemnify and name OWNER, the OWNER'S and the ENGINEER'S officers, principals, employees, agents, representatives, and engineers as additional insureds on contractor's insurance policies covering PROJECT, exclusive of insurance for ENGINEER professional liability. F SUBSURFACE INVESTIGATIONS In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observation, exploration, and investigations have been made Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution These conditions and cost/execution effects are not the responsibility of the ENGINEER, to the extent that ENGINEER has exercised the applicable standard of professional care and judgment in such investigations. G:\Contracts & Task Orders\Yakima Air Terminal \11050\2013-05-02 Scope of Svcs Construction Terminal Apron.doc Page 4 of 9 V. INSURANCE A. At all times during performance of the WORK, ENGINEER shall secure and maintain in effect insurance to protect the OWNER and ENGINEER from and against all claims, damages, losses, and expenses arising out of or resulting from the performance of this Agreement. ENGINEER shall provide and maintain in force insurance in limits no less than that stated below, as applicable The OWNER reserves the right to require higher limits should it deem it necessary in the best interest of the public. 1 Commercial General Liability Insurance Before this Contract is fully executed by the parties, ENGINEER shall provide the OWNER with a certificate of insurance as proof of commercial liability insurance and commercial umbrella liability insurance with a total minimum liability limit of Two Million Dollars ($2,000,000 00) per occurrence combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000 00) general aggregate The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the OWNER, its elected officials, officers, agents, employees, and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the OWNER thirty (30) calendar days prior written notice (any language in the clause to the effect of "but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent) The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington 2. Commercial Automobile Liability Insurance a If ENGINEER owns any vehicles, before this Contract is fully executed by the parties, OIC shall provide the OWNER with a certificate of insurance as proof of commercial automobile liability insurance and commercial umbrella liability insurance with a total minimum liability limit of Two Million Dollars ($2,000,000 00) per occurrence combined single limit bodily injury and property damage Automobile liability will apply to "Any Auto" and be shown on the certificate b If ENGINEER does not own any vehicles, only "Non -owned and Hired Automobile Liability" will be required and may be added to the commercial liability coverage at the same limits as required in that section of this Agreement, which is Section 12.2 entitled "Commercial Liability Insurance" c. Under either situation described above in Section 10 1.2.1 and Section 10 1.2.2, the required certificate of insurance shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the OWNER, its elected officials, officers, agents, employees, and volunteers and additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the OWNER thirty (30) calendar days prior written notice (any language in the clause to the effect of "but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent) The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington 3 Statutory workers' compensation and employer's liability insurance as required by State law 4. Professional Liability Coverage Before this Agreement is fully executed by the parties, ENGINEER shall provide the OWNER with a certificate of insurance as proof of professional liability coverage with a total minimum liability limit of Two Million Dollars ($2,000,000 00) per claim combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000 00) aggregate The certificate shall clearly state who the provider is, the G:\Contracts & Task Orders\Yakima Air Terminal \11050\2013-05-02 Scope of Svcs Construction Terminal Apron.doc Page 5 of 9 coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall contain a clause that the insurer will not cancel or change the insurance without first giving the CITY OWNER (30) calendar days prior written notice (any language in the clause to the effect of "but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent) The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide If the policy is written on a claims made basis the coverage will continue in force for an additional two years after the completion of this Agreement. Failure of either or all of the additional insureds to report a claim under such insurance shall not prejudice the rights of the OWNER, its officers, employees, agents, and representatives thereunder The OWNER and the OWNER'S officers, principals, employees, representatives, and agents shall have no obligation for payment of premiums because of being named as additional insured under such insurance None of the policies issued pursuant to the requirements contained herein shall be canceled, allowed to expire, or changed in any manner that affects the rights of the OWNER until thirty (30) days after written notice to the OWNER of such intended cancellation, expiration or change VI. RESERVATIONS AND COMPLIANCE A. The ENGINEER reserves the right to obtain the services of other Consulting Engineers experienced in Airport work to prepare and execute the work which is related to the Project within the scope of services and fees contained herein All subconsultants are subject to the review and approval of the OWNER. The OWNER acknowledges that a geotechnical engineer subconsultant will be utilized for this Project to obtain material cores and other pertinent information for the ENGINEER. B The OWNER and the FAA or any of their duly authorized representatives shall have access to any books, documents, papers, and all other records which directly pertain to this Project for the purpose of making audit, examination, excerpts, and transcripts C The ENGINEER agrees to comply with Federal Executive Order No 11246, entitled "Equal Employment Opportunity," as supplemented in Department of Labor Regulations (41 CFR, Part 60) if this Agreement exceeds $10,000, Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 USC 327-330) as supplemented by Department of Labor Regulations (29 CFR, Part 5) if this Agreement exceeds $25,000, and all applicable standards, orders, and regulations issued pursuant to the Clean Air Act of 1970 if this Agreement exceeds $100,000 VII. TERMINATION OF AGREEMENT A. In the event that the OWNER authorizes the ENGINEER to proceed to execute the various portions of work called for herein, this Agreement shall be in full force and effect until completion and acceptance by the OWNER of the Project or B This Agreement may be terminated by either party by thirty (30) days written notice in the event of substantial failure to perform in accordance with the terms hereof by the one party through no fault of the other party If terminated due to fault of others than the ENGINEER, the ENGINEER shall be paid for services performed to the date of termination, including reimbursements then due If termination is due to fault of the ENGINEER, the OWNER is not obligated to pay any fees or expenses set out in Section II hereof which specifically involves the item of fault. C This Agreement may be terminated by the OWNER for the OWNER'S convenience at any time If terminated for this reason, the ENGINEER shall be paid for services performed to the date of termination, including reimbursements then due G:\Contracts & Task Orders\Yakima Air Terminal \11050\2013-05-02 Scope of Svcs Construction Terminal Apron.doc Page 6 of 9 D Reproducible copies of plans and specification sheets and related Project documents shall become the property of the OWNER. Electronic AutoCAD files will be provided to the OWNER, with the following stipulations. 1 The documents are protected by the rules and regulations of U S Copyright Laws 2. The use or reuse of altered electronic files by OWNER or others OWNER has released these files to will be at OWNER'S risk and liability 3 ENGINEER makes no representations as to long-term compatibility, usability, or readability of electronic files or documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used to create the file 4 Anyone using the information contained in these electronic files should consult the hard copy drawings or reports for the most accurate and current information available VIII. CERTIFICATION OF ENGINEER The OWNER and the ENGINEER hereby certify that the ENGINEER has not been required, directly or indirectly, as an express or implied condition in connection with obtaining or carrying out this Agreement to A. Employ or retain, or agree to employ or retain, any firm or persons. B Pay, or agree to pay, to any firm, person, or organization any fee, contribution, donation, or consideration of any kind IX. SUCCESSORS AND ASSIGNMENTS A. The OWNER and ENGINEER each bind themselves, their partners, successors, executors, administrators, and assigns to the other parties to this Agreement, and to the successors, executors, administrators, and assigns of such other party in respect to all covenants of this Agreement. B Except as above, neither the OWNER nor the ENGINEER shall assign, sublet, or transfer their interest or obligation hereunder in this Agreement without the written consent of the other C It is understood by the OWNER and the ENGINEER that the FAA is not a party to this Agreement and will not be responsible for engineering costs except as should be agreed upon by the OWNER and the FAA under a Grant Agreement for the Project. OWNER approval of this Engineering Services Agreement is conditioned upon and subject to FAA approval. X. TITLE VI ASSURANCES During the performance of this Agreement, the ENGINEER, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows. A. Compliance with Regulations. The Contractor shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Contract. G:\Contracts & Task Orders\Yakima Air Terminal \11050\2013-05-02 Scope of Svcs Construction Terminal Apron.doc Page 7 of 9 B Nondiscrimination The Contractor, with regard to the work performed by it during the Contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21 5 of the Regulations, including employment practices when the Contract covers a program set forth in Appendix B of the Regulations. C Solicitations for Subcontracts, Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Regulations relative to nondiscrimination on the grounds of race, color, or national origin D Information and Reports. The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor, the Federal Aviation Administration (FAA), the Comptroller General of the United States, or any duly authorized representatives to be pertinent to ascertain compliance with such Regulations, orders, and instructions Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Agreement, the OWNER shall impose such contract sanctions as it or the FAA may determine to be appropriate, including but not limited to withholding of payments to the Contractor under the Agreement until the Contractor complies XI. MINORITY BUSINESS ENTERPRISE (MBE) ASSURANCES A. Policy It is the policy of the Department of Transportation (DOT) that minority business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds under this Agreement. B MBE Obligation The Contractor agrees to ensure that minority business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under this Agreement. In this regard, all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. XII. LITIGATION FEES AND EXPENSES In the event suit or action be instituted to enforce any of the terms or conditions of this Agreement, the losing party shall pay to the prevailing party, in addition to the costs and disbursements allowed by statute, such sum as the court may adjudge reasonable as attorney fees in such suit or action, in both trial and appellate court. Since the FAA is not a party to this Agreement, it cannot be held liable for actions under this section G:\Contracts & Task Orders\Yakima Air Terminal \11050\2013-05-02 Scope of Svcs Construction Terminal Apron.doc Page 8 of 9 XIII. GOVERNING LAW This Agreement shall be governed by the laws of the State of Washington Venue shall be in Yakima County IN WITNESS WHEREOF, the OWNER and the ENGINEER hereto have made and executed this Agreement the day and year first above written. OWNER. CITY OFY»' IMA BY W Tony j-ourke TITLE. Cit Mana•er ENGINEER HUIBREGTSE, LOUMAN ASSOCIATES, INC BY ATTEST TITLE. Sonya laar Tee Cit Clerk CITY CONTRAC r NO; RESOLUTION NO: Vit ww.-4 I- effrey T. L•uman resident G:\Contracts & Task Orders\Yakima Air Terminal \11050\2013-05-02 Scope of Svcs Construction Terminal Apron.doc Page 9 of 9 W E 0 20 40 ao LIMITS OF WORK CONCRETE APRON w Mk% MINIM • `, . TERMINAL BUILDING CONCRETE TERMINAL APRON ASPHALT TERMINAL APRON 41 SIDA LINE r HLA Huibregtse, Louman Associates, Inc. Civil Engineering ® Land Surveying.Planning 801. North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com SUBJECT JL CT TO GSC VOSDOo E JOB NUMBEP, 09101 DATE: 4-12-2013 FILE NAMES: DRAWING: 09101.dwg YAKIMA AIR TERMINAL TERMINAL APRON REVISION DATE DESIGNED BY: ENTERED BY: BWT AERIAL PHOTOGRAPHY SHEET 1 OF 1 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. S ill For Meeting of: 5/21/2013 ITEM TITLE: SUBMITTED BY: Resolution authorizing agreement with Huibregtse, Louman Associates for engineering services at the Yakima Airport. Robert Peterson- Interim Airport Manager 509-575-6149 Ext 7 SUMMARY EXPLANATION: The terminal apron ramp facilitates the flow of commercial flights from the gates at the terminal building to the aircraft and is approximately 2.35 acres of high strength concrete. Passengers arriving and departing at Yakima, board and exit the aircraft by walking across the terminal apron ramp to the terminal building. The ramp was originally constructed in the 1960's, and this project is the first major rehabilitation of the ramp. The most recent pavement condition index (PCI) rates the ramp at 60. The overall condition of the concrete is good given it's age, however the individual panels have moved apart from one another, in some cases several inches separate the individual panels. This horizontal movement has created tripping and operation hazards for aircraft and personnel. Work will include joint and crack stabilization and removal of heaved asphalt at the ramp perimeter. The funding source for this contract comes from the Airport Improvement Program which assists primary commercial service airports with various projects. The program allows the airport to utilize funds for Capital Improvement Projects which are addressed in either the Airport Master Plan or needed project to ensure safe aircraft operations are upheld at the airport. At this point the Draft Airport Master Plan addresses the need to rehabilitate the airport's terminal apron to ensure future preservation of the concrete panels Under the Airport Improvement Program the airport is funded 90% of the projected costs in the form of Federal grants and the remaining 10% originates from local sources such as the Passenger Facility Charge program. These charges are collected each time a passenger purchases an airline ticket originating from the Yakima Air Terminal. Engineering Services Agreement has a Not To Exceed value of $99,484.00. Resolution: Other (Specify): Contract: X Start Date: 5/21/13 Item Budgeted: Yes Funding Source/Fiscal Impact: Strategic Priority: Insurance Required? No Mail to: Phone: APPROVED FOR SUBMITTAL: Ordinance: Contract Term: End Date: 8/1/13 Amount: 99,484 Federal Aviation Administration - Airport Improvement Program NA City Manager RECOMMENDATION: Staff recommends City Manager and City Council review and approve the Engineering Services Agreement in order to enter the construction phase of the Terminal Apron project. ATTACHMENTS: Name: S36C-113051408420 pdf Description: Resolution El 2013-05-02 Terminal Apron Ramp Construction Services Engineering Services Agreement - Ter (2).pdf Construction Lil 2013-04-10 Terminal Apron Vicinity Map.pdf YAT AIP 34 Terminal Apron Construction Fee.xls Terminal Apron Construction Map Terminal Apron Construction Fees na Apron PROJECT TITLE: CLIENT: AIP NUMBER: DATE: TERMINAL APRON REHABILITATION YAKIMA AIR TERMINAL 3-53-0089-34 4/24/2013 TASK NO PROJECT TASK Principal Engineer $60.00 Licensed Engineer $30.00 Project Engineer $23.20 Resident Engineer $36.70 Land Surveyor $50.00 Surveyor on 2 -Man Crew $28.70 Clerical $20.50 TOTAL HRS TASK DIRECT COSTS CONSTRUCTION PHASE SERVICES 1 Assist Owner with Evaluation of FAA Funding Program4 4 8 $360.00 2 AIP Grant Preparation and Assistance2 8 10 $360.00 3 Award and Contract Execution 4 4 16 4 28 $1,029.20 4 Preconstruction Conference and Prepare Minutes4 8 4 8 2 26 $907.40 5 Assist Owner/FAA with Notice to Proceed4 4 8 2 18 $694.60 6 Attend up to two (2) City of Yakima meetings as necessary 4 6 4 2 16 $607.80 7 Final Construction Management Plan4 12 4 4 2 26 $880.60 8 Review Contractors Safety and Quality Assurance Plan2 8 8 18 $653.60 9 Conduct Weekly Construction and Safety Meetings4 16 8 16 44 $1,492.80 10 Prepare Daily and Weekly Inspection Reports2 4 24 4 34 $1,202.80 11 Full -Time Construction Observation up to 40 Days (10 hrs per Day) 10 20 20 400 450 $16,344.00 12 Evaluate and Prepare Change Orders, as necessary2 8 4 16 8 38 $1,204.00 13 Review Contractor Material Submittals 2 4 12 4 22 $762.40 14 Prepare Monthly Pay Estimates4 8 8 4 24 $855.60 15 Wage Rate Interviews/Labor Documents & Payroll 4 4 20 20 48 $1,504.00 Review 16 Claims and Conformance Recommendations 4 4 20 4 32 $1,176.00 17 Observe and Prepare Required DBE Participation 2 4 4 2 12 $42780 Documentation 18 Final Project Inspection2 4 8 2 16 $574.60 19 Prepare Record Drawings2 4 8 2 16 $574.60 20 Prepare Final Project Report4 24 8 4 2 42 $1,333.40 21 Final Project Closeout2 16 4 4 4 30 $921.60 Labor Subtotal 72 174 52 5920 0 68 0 0 0 0 958 $33,866.80 Direct Overhead 147.17% $49,841.77 Fixed Fee 15.0% $12,556.29 Total Labor + Overhead + Fixed Fee I $96,264.85 EXPENSES: Cost Air Ground Trip Travel: Per Unit Trips Trips Days Miles Markup Air Travel $0.00 1.0 $0.00 Mileage (from office) $0.500 308 1.0 $120.00 Mileage (Surveys) $0.500 1.0 $0.00 Mea Is/Lodging $0.00 1.0 $0.00 Misc. expenses: FAX $0.00 COPIES $250.00 TELEPHONE $150.00 POSTAGE $200.00 PRINTING $500.00 PLOTTING $2,000.00 SUB -CONSULTANTS: Markup 1. GeotechnicaI Investigation and Pavement Design 1.07 $0.00 2. Electrical Consultant Subtotal - Labor + Overhead + Fixed Fee Subtotal- Expenses Subtotal- Subconsultants Total - Terminal Apron Rehabilitation 1.07 1.07 $0.00 $0.00 $96,264.85 $3,220.00 $0.00 $99,484.85 SUBCONSULTANT COST BREAKDOWN SUB -CONSULTANTS: UNITS QTY. RATE TOTAL 1. Geotechnical Investigation and Pavement Design Principal Engineer Project Engineer Asst. Project Engineer Project Assista nt Staff Engineer Local Field Assistant Draftsman Grain size eval > 0.02mm Atterburg limits Insitu Unit wt. and Moisture Content Lab Manager CBR, each Wash 200, each Drillling, per hr Support Truck, per day Drill Rig Mob -Demob Asphalt Expert Asphalt core & unit weight Asphalt oil content Quick set concrete, per hole Bentonite, per bag Administrative Markup Materials Per Diem & Lodging 2. Electrical Engineering $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Project Manager $0.00 Senior Engineer $0.00 Draftsman $0.00 ClericaI $0.00 $0.00 1 RESOLUTION NO. R-2013-062 A RESOLUTION authorizing the City Manager to execute an Engineering Services Agreement with Huibregtse, Louman Associates, Inc. (HLA), in the amount not to exceed $99,484 00 to provide Engineering Services for Terminal Apron Rehabilitation Construction project AIP 3-53-0089-35 WHEREAS, City owns and operates Yakima Air Terminal in accordance with applicable Federal, State and Local regulations, and WHEREAS, the City maintains a roster of consultants whose statements of qualifications represent that they have the expertise necessary to perform the services required by the City; and WHEREAS, the state of Washington requires these services to be performed by a Professional Licensed Engineer; and WHEREAS, the City Council has determined that it is in the best interest of the City to enter into a Professional Services Agreement with HLA for rehabilitation of approximately, 2.39 acres of 16 foot x 16 foot concrete panels. Rehabilitation will include joint stabilization by cleaning joints of debris and stabilizing with backer rods, and panel stabilization by removing and replacing significantly cracked panels with new reinforced concrete. Project will also include concrete surface rehabilitation, grinding surrounding heaved asphalt, and new markings on the terminal apron WHEREAS, the engineer will perform the services in the project during the 2013 calendar year BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the attached and incorporated Professional Services Agreement with HLA in the amount not to exceed ninety nine thousand four hundred eighty four dollars ($99,484.00), to provide Engineering Services for Terminal Apron Rehabilitation Construction Project AIP 3-53-0089-35 ADOPTED BY THE CIT COUNCIL this 21st day of May, 2013. ATTEST: * . 4).. W onya 4= ar Tee, C1I,4 C CITY OF YAKIMA CONTRACT DOCUMENTS FOR YAKIMA AIR TERMINAL TERMINAL APRON REHABILITATION A.I.P. NO. 3-53-0089-33 (FY 13) HLA PROJECT NO. 11050 OWNER: Yakima Air Terminal 2406 West Washington Avenue Suite B Yakima, WA 98902 September 2013 ENGINEER: Huibregtse, Louman Associates, Inc. (HLA) 801 N. 39th Avenue Yakima, WA 98902 "ORIGINAL - CITY OF YAKIMA" BID SUMMARY BIDDER #1 BIDDER #2 BIDDER #3 BIDDER 04 Owner. CITY OF YAKIMA - YAKIMA AIR TERMINAL Project: TERMINAL APRON REHABILITATION HLA Protect No.: 11050 A.I.P. NO. 3.53.0089.33 Date: OCTOBER 3, 2013 _ Specialized Pavement Marking, Inc 11095 SW Industrial Way, Suite A Tualatin, OR 97082 Columbia Asphalt & Gravel, Inc. P.O. Box 9337 Yakima, WA 98909 Item No Item Description Unit Quantity ENGINEER'S ESTIMATE Unit Price 1 Amount Unit Price Amount q Unit Price 1 Amount Unit Price 1 Amount Unit Price Amount SCHEDULE A - PHASE 1 (WEST RAMP) 1 Mobilization LS 1 $25,00000 525,000,00_ 553,500,00 $53,500.00 348,500,00 , 548,500.00 2 Temporary Flagging, Marking and Signing LS 1 $20,000.00 520,000.00 525,000.00 $25,000.00 5150,000.00 5150,000.00 3 Concrete Surface Repair SF 50 330 00 51,500,00 $200.00 310,000.00 $235,00 311,750.00 4 Joint and Crack Repair, P-101 1 -Inch Minus LF 0 515.00 $0,00 $11.00 $0.00 50.00 50.00 5 Joint and Crack Repair, P-101 1 -Inch to 2 -Inch LF 10,150 $20.00 5203,000,00 311.00 5111,650.00 $10.50 $108,575,00 6 Joint and Crack Repair, P-101 2.10 -Inch to 4 -Inch LF 135 530.00 54,050.00 $11.00 $1,48500 310.50 31,417.50 7 Runway and Taxiway Painting, P-620 SF 1,230 $5.00 36,150.00 $5.00 36,150.00 314.00 $17,220.00 8 Emulsified Asphalt Slurry Seal, P-626 TON 2 31,500.00 $3,000.00 $30,000.00 360,000.00 $30,400,00 560,800.00 SCHEDULE A BID SUBTOTAL 5282,700.00 3287,785.00 _ _ 3398,282.50 STATE SALES TAX 8.2% $21,841.40 521,958.37 332,493.83 SCHEDULE A BID TOTAL $284,241.40 5289,743.37 $428,758.03 SCHEDULE B - PHASE 2 (EAST RAMP) 1 Mobilization LS 1 . $25,000.00 325,000.00 $53,500.00 353,50000 544,000.00 344,000,00 2 Temporary Flagging, Marking and Signing LS 1 $20,000.00 520,000.00 $25,000.00 $25,000.00 $100,000.00 5100,000.00 3 Concrete Surface Repair SF 50 $30.00 31,500.00 5200.00 510,000.00 5235,00 311,750.00 4 Joint end Crack Repair, P-101 1 -Inch Minus LF 725 51500 510,875.00 811.00 57,97500 310.00 $7,250.00 5 Joint and Crack Repair, P-101 1 -Inch to 2 -Inch LF 6,100 $20 00 5162,000.00 311.00 389,100.00 $10.50 $85,050.00 6 Joint and Crack Repair, P-101 2.10 -Inch to 4 -Inch LF 1,920 $3000 357,600,00 311.00 $21,120.00 510.50 320,180.00 7 Runway and Taxiway Painting, P-620 SF 1,000 $5 00 55,000.00 35.00 35,000.00 314.00 ' $14,000.00 8 Emulsified Asphalt Slurry Seal, P-626 TON 2 31,500.00 33,000.00 530,000.00 360,000,00 530,400.00 360,800.00 SCHEDULE B BID SUBTOTAL 3284,975.00 5271,695.00 5343,010.00 STATE SALES TAX 8.2% 323,387.95 $22,278.99 $28,126.82 SCHEDULE B BID TOTAL $308,342.95 5293,973.99 $371,138.82 SCHEDULE A AND SCHEDULES TOTAL 5592,584.35 3583,717.38 5799,892.85 Competitive 1 recornrnend ENGINEER'S REPORT this office -201. AWARD MADE BY CITY MANAGER CITY OF YAKIMA - YAKIMA AIR TERMINAL bids were opened on October 3, 2013. At bids have the contract be awarded to: Specialized Pavement ` n�u..� _ been Marking, e reviewed by Inc. /. -!5 .4 OPP �;_-- TERMINAL APRON REHABILITATION A.I.P. N0.353-0009-33 HLA PROJECT NO,. 11050 ,t �-: \ � ' �.� � ,., 1jj <z Project Engiiier ®.. ems Date: _ City Manager. ` l\t \k t' OW r, art,aw,es .fxs•Plmem Date. 1 ' ADDENDUM NO. 1 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON Yakima Air Terminal, Terminal Apron Rehabilitation HLA Project No. 11050E BID OPENING: OCTOBER 3, 2013 2:00 P.M. 1 To the attention of all bidders for the above project: ' The following additions, revisions, and/or modifications are made to the Contract Documents, Plans, and Specifications for this project: ITEM 1 — CONSTRUCTION SAFETY PLANS (SHEETS CSP1 - 6) Replace the plan set in its entirety including an additional sheet to show routing of contractor and aircraft movements. ITEM 2 — PAINT MARKING PLAN (SHEET C10 OF 11) Add Keynote 5 to designate the marking width "YAKIMA" to be 3 feet wide and for the painting to be performed under Phase 2 work. ITEM 3 — CONTRACT DOCUMENTS, SECTION 3, UNIT PRICE BID PROPOSAL FORM Replace the form in its entirety to update quantities for Item No 7 Runway and Taxiway Painting, P-620 ITEM 4 — CONTRACT DOCUMENTS, ITEM P-101 SURFACE PREPARATION ' Add to 101-4 1 MEASUREMENT. C Removal of paint and rubber in and adjacent to joint and cracks shall be included in the unit price for the appropriate crack size D Concrete spall repair adjacent to joint and cracks shall be included in the unit price for the appropriate crack size. Refer to Section P-501 Portland Cement Concrete Pavement, Item F on Page 9-23 for additional corrective information and Section P-501-7.1 for Method of Payment. ITEM 5 — CONTRACT DOCUMENTS, ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT ' Add to 501 4.10 Joints Item D: At this time, storage of concrete or asphalt slurry waste material shall not be accommodated near or on the airfield due to Department of Ecology requirements and the possibility of attracting 1 wildlife ' G:\PROJECTS\2011\11050\2013-10-02 Terminal Apron Addendum 1.doc ADDENDUM NO. 1 ITEM 6 — CONTRACT DOCUMENTS, ITEM P-605 JOINT SEALING FILLER Clarification to Section P-605-2.1 The appropriate sealer for all concrete joints and cracks shall adhere to ASTM D 5893 This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening Stephanie J Ray, PE Q Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Phone. (509) 966-7000 r G:\PROJECTS\2011\1105012013-10-02 Terminal Apron Addendum 1.doc Date tn� -I X13 ADDENDUM NO. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BID PROPOSAL CITY OF YAKIMA YAKIMA AIR TERMINAL TERMINAL APRON REHABILITATION A.I.P. NO. 3-53-0089-33 HLA PROJECT NO. 11050 (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 20-07 ) ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS- CTS DOLLARS - CTS BID SCHEDULE A — Phase 1 (West Ramp) 1 Mobilization LS 1 X - - - _ 2 Temporary Flagging, Marking and Signing LS 1 X "' = 3 Concrete Surface Repair SF 50 X = 4 Joint and Crack Repair, P-101 1 -Inch Minus LF 0X = 5 Joint and Crack Repair, P-101 1 -Inch to 2 -Inch LF 10,150 X = 6 Joint and crack Repair, P-101 2.10 -Inch to 4 -Inch LF 135 X = 7 Runway and Taxiway Painting, P-620 SF 1,230 X = 8 Emulsified Asphalt Slurry Seal, P-626 Ton 2 X = SUBTOTAL BID SCHEDULE A WASHINGTON STATE SALES TAX 8.2% BID SCHEDULE A TOTAL BID SCHEDULE B — Phase 2 (East Ramp) 1 Mobilization LS 1 X - - - = 2 TemporaryFlagging, Marking and Signing LS 1X= - - - 3 Concrete Surface Repair SF 50 X = 4 Joint and Crack Repair, P-101 1 -Inch Minus LF 725 X = 5 Joint and Crack Repair, P-101 1 -Inch to 2 -Inch LF 8,100 X = 6 Joint and crack Repair, P-101 2.10 -Inch to 4 -Inch LF 1920 , X = 7 Runway and Taxiway Painting, P-620 SF 1,000 X = 8 Emulsified Asphalt Slurry Seal, P-626 Ton. 2 X = SUBTOTAL BID SCHEDULE B WASHINGTON STATE SALES TAX 8.2% BID SCHEDULE B TOTAL TOTAL SCHEDULE A and B G:\PROJECTS\2011\11050\Specs\201 3-0 9-1 1 Spec Terminal Apron Rehabilitation Project Specifications.docx ADDENDUM NO. 1 3-4 am im 1 L / w E 0 10 20 IN= /// ////// MINI _ x WEST RAMP PASSENGER TERMINAL ////////////////////////////// / KEY NOTES: AREA RESERVED FOR HORIZON AIR AND AIRPORT OPERATIONS. THIS AREA TO NOT BE USED FOR ANY CONSTRUCTION OPERATIONS. RE—PAINT ALL MARKINGS WITHIN THE TERMINAL APRON (8" YELLOW) RE—PAINT ALL MARKINGS WITHIN THE TERMINAL APRON. (4" WHITE) RE—PAINT ALL MARKINGS WITHIN THE TERMINAL / APRON. (4" RED) r i SECURITY IDENTIFICATION DISPLAY AREA .(SIDA) r OS RE—PAINT MARKINGS WITHIN THE TERMINAL APRON (3' WHITE) WORK TO BE COMPLETED UNDER PHASE 2. 0 RE—PAINT 20 LF OF SIDA AFTER REHABILITATION TO LIKE CONDITION. // EXISTING ASPHALT PAVEMENT NON—MOVEMENT LINE (DOUBLE YELLOW) I .grAw p iy vet VEHICLE LANE MARKING i (WHITE, 6" WIDE) +.4_+HLA Huibregtse, Louman Associates, Inc. Civil Engineering o Land Surveying'Planning 8oi North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com ADDENDUM NO. 1 // /7, // /// 10/01/13 JOB NUMBER: DATE. 11050 09-17-13 FILE NAMES. DRAWING. PLAN: 11050.DWG SHEETS.DWG YAKIMA AIR TERMINAL TERMINAL APRON REHABILITATION REVISION DATE DESIGNED BY - ENTERED BY SJR TJR PAINT MARKING PLAN SHEET C 1 0 OF 11 WASHINGTON STATE MAP LEGEND EXISTING FEATURES ELECTRICAL -E FENCE - x STORM DRAIN MANHOLE ELECTRICAL MANHOLE/VAULT RUNWAY LIGHT SPLICE BOX EXISTING ASPHALT PAVEMENT x NEW FEATURES LIMITS OF SHOULDER REPAIR AIRPORT ACRONYMS ADO - AIRPORT DISTRICT OFFICE AIP - AIRPORT IMPROVEMENT PLAN AOA - AIR OPERATIONS AREA (PAVED AREA WITHIN SECURITY FENCE) ARFF - AIRCRAFT RESCUE AND FIRE FIGHTING ATC - AIR TRAFFIC CONTROL ATCT - AIRPORT TRAFFIC CONTROL TOWER DBE - DISADVANTAGED BUSINESS ENTERPRISE ETA - ESTIMATED TIME OF ARRIVAL FAA - FEDERAL AVIATION ADMINISTRATION FAR - FEDERAL AVIATION REGULATION FOD - FOREIGN OBJECT DEBRIS GA - GENERAL AVIATION GPS - GLOBAL POSITIONING SATELLITE NAVAID - NAVIGATIONAL AID NOTAM - NOTICE TO AIRMEN OFA - OBJECT FREE AREA OFZ - OBSTACLE FREE ZONE PFC - PASSENGER FACILITY CHARGE POC - POINT OF CONTACT RPZ - RUNWAY PROTECTION ZONE RSA - RUNWAY SAFETY AREA RW - RUNWAY SIDA - SECURITY IDENTIFICATION DISPLAY AREA SMS - SAFETY MANAGEMENT SYSTEM TSA - TRANSPORTATION SAFETY ADMINISTRATION VFR - VISUAL FLIGHT RULES YAT - YAKIMA AIR TERMINAL NOTE. THE COMPLETE GLOSSARY OF AIRPORT ACRONYMS CAN BE FOUND AT WWW.FAA.GOV/AIRPORTS/RESOURCES/ACRONYMS/ HLA Huibregtse, Louman Associates, Inc. Civil Engineering o Land Surveying+Planning 801. North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hkacivik.com YAKIMA AIR TERMINAL TERMINAL APRON REHABILITATION A.I.P. NO. 3-53-0089-33 HLA JOB NO. 11050 OCTOBER 2013 DATUM ELEVATION BRASS CAP SET IN CONCRETE, STAMPED "YAKIMA 1059.559 A RESET 1972" LOCATED AT THE NORTHWEST CORNER OF THE BASE OF THE AIR TRAFFIC CONTROL TOWER AT THE YAKIMA AIR TERMINAL. ELEVATION: 1059.559 (NGVD 29) CSP1 CSP2 CSP3 CSP4 CSP5 CSP6 SHEET INDEX COVER SHEET CONSTRUCTION SAFETY PLAN - CONSTRUCTION SAFETY PLAN - CONSTRUCTION SAFETY PLAN CONSTRUCTION SAFETY PLAN - CONSTRUCTION SAFETY PLAN - NOTES NOTES - AIRCRAFT ROUTES PHASE 1 PHASE 2/2A FRANGIBLE OBJECT - AN OBJECT DESIGNED TO HAVE MINIMAL MASS AND ABSORB A MINIMAL AMOUNT OF ENERGY DURING AN IMPACT EVENT IN THE AIRPORT ENVIRONMENT THE INTENT IS TO NOT IMPEDE THE MOTION OF, OR RADICALLY ALTER THE PATH OF AN AIRCRAFT, WHILE MINIMIZING THE OVERALL POTENTIAL FOR DAMAGE DURING AN ACCIDENT FRANGIBLE - A CONNECTION MEETING THE REQUIREMENTS OF AC 150/5220-23. FRANGIBILITY IS THE ABILITY OF AN OBJECT TO BREAK, DISTORT OR YIELD WHEN IMPACTED BY ANOTHER OBJECT THESE DRAWINGS HAVE BEEN' PREPARED BASED UPON SURVEYED FIELD DATA AND ADDITIONAL FIELD RECONNASSANCE ON 10.29.2010. THE APRON SUBSTANTIALLY CONFORMS TO THE APPROVED DESIGN DRAWINGS. CONVERSION TO NGVD 88 FROM PROJECT DATUM NGVD 29 ADD 3.49 FT. ADDENDUM NO. 1 10/01/13 JOB NUMBER- DATE. 11050 09-24-13 FILE NAMES. DRAWING. 11050.DWG PLAN: CSP.DWG OWNER/SPONSOR: CIVIL ENGINEER: YAKIMA AIR TERMINAL 2406 WEST WASHINGTON AVENUE, SUITE B YAKIMA, WA 98903 PHONE. (509) 575-6149 FAX. (509) 575-6185 CONTACT- ROB PETERSON, AIRPORT MANAGER HUIBREGTSE, LOUMAN ASSOCIATES, INC. 801 NORTH 39TH AVENUE YAKIMA, WA 98902 PHONE. (509) 966-7000 FAX. (509) 965-3800 CONTACT STEPHANIE J. RAY, P.E. YAKIMA AIR TERMINAL TERMINAL APRON REHABILITATION REVISION DATE DESIGNED BY - ENTERED BY SJR TJR COVER SHEET SHEET CSP1 OF 6 AIRPORT IMPROVEMENT PROGRAM SAFETY/PHASING NOTES. 1 CONTRACTOR SHALL REFER TO THE TERMINAL APRON CONSTRUCTION DOCUMENTS FOR THE IMPROVEMENTS. THE PROPOSED DURATION OF WORK IS ACCORDING TO THE CONTRACT DOCUMENTS. THIS TIME SHALL BE COORDINATED WITH THE CONTRACT, YAKIMA AIRPORT PERSONNEL, AND ENGINEER AS APPLICABLE IF ADDITIONAL TIME IS NECESSARY. REFER TO THE PROJECT SPECIFICATIONS. 2. PERSONNEL, MATERIAL, AND/OR EQUIPMENT MUST NOT CROSS THE NON -MOVEMENT LINE. THE AFFECTED AREA DURING CONSTRUCTION SHALL BE SUBSTANTIALLY CONFINED TO THE TERMINAL APRON AND THE LIMITS OF WORK SHOWN ON THE SAFETY PLAN. 3. THE FOLLOWING ITEMS ARE NOT PERMISSIBLE. IF THEY SHOULD OCCUR THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE ENGINEER/AIRPORT AND MAKE CORRECTIONS. A. CONSTRUCTION MATERIALS, TEMPORARY STRUCTURES, AND OTHER OBSTACLES NEAR ANY OPEN TAXIWAY OR TAXILANE, LOCATED IN THE RELATED OBJECT -FREE AREA AND AIRCRAFT APPROACH OR DEPARTURE AREAS/ZONES OR OBSTRUCTING ANY SIGN OR MARKING. B. UNFINISHED CONSTRUCTION ACTIVITIES RESULTING IN SURFACE VARIATIONS EXCEEDING 3 INCHES (7 6CM) FROM PAVEMENT EDGES AND ENDS. 3 -INCH AND GREATER SURFACE ELEVATION DIFFERENCE IS NOT ACCEPTABLE. C. HEAVY EQUIPMENT (STATIONARY OR MOBILE) OPERATING OR IDLE NEAR THE AIRCRAFT OPERATIONS AREA (AOA) OR IN THE OBJECT FREE ZONE (OFZ). D EQUIPMENT OR MATERIAL NEAR NAVAIDS THAT MAY DEGRADE OR IMPAIR RADIATED SIGNALS AND/OR THE MONITORING OF NAVIGATIONAL AND VISUAL AIDS. E. TALL AND RELATIVELY LOW -VISIBILITY UNITS (I.E., EQUIPMENT WITH SLIM PROFILES) --CRANES, DRILLS, AND SIMILAR OBJECTS --LOCATED IN CRITICAL AREAS, SUCH AS OFZS AND APPROACH ZONES. F IMPROPERLY POSITIONED OR MALFUNCTIONING LIGHTS OR UNLIGHTED AIRPORT HAZARDS SUCH AS HOLES OR EXCAVATIONS ON ANY APRON. G. OBSTACLES, LOOSE PAVEMENT, TRASH, AND OTHER DEBRIS. CONSTRUCTION DEBRIS (GRAVEL, SAND, MUD, PAVING MATERIALS, ETC.) ON AIRPORT PAVEMENTS MAY RESULT IN AIRCRAFT PROPELLER, TURBINE ENGINE, OR TIRE DAMAGE. ALSO, LOOSE MATERIALS MAY MOVE, POTENTIALLY CAUSING PERSONAL INJURY OR EQUIPMENT DAMAGE. H. INAPPROPRIATE OR POORLY MAINTAINED FENCING DURING CONSTRUCTION INTENDED TO DETER HUMAN AND ANIMAL INTRUSIONS INTO THE AOA. FENCING AND OTHER MARKINGS THAT ARE INADEQUATE TO SEPARATE CONSTRUCTION AREAS FROM OPEN AOAS CREATE AVIATION HAZARDS. I. INADEQUATE OR IMPROPER METHODS OF MARKING, BARRICADING, AND LIGHTING OF TEMPORARILY CLOSED PORTIONS OF AOAS • CREATE AVIATION HAZARDS. J. WILDLIFE ATTRACTANTS SUCH AS TRASH (FOOD SCRAPS NOT COLLECTED FROM CONSTRUCTION PERSONNEL ACTIVITY), GRASS SEEDS, OR PONDED WATER --ON OR NEAR AREAS OF WORK. K. OBLITERATED OR FADED MARKINGS ON ACTIVE OPERATIONAL AREAS. L. FAILURE TO ISSUE, UPDATE, OR CANCEL THE NOTICE TO AIRMEN (NOTAM) ABOUT AIRPORT OR RUNWAY CLOSURES OR OTHER CONSTRUCTION -RELATED AIRPORT CONDITIONS. M. FAILURE TO MARK AND IDENTIFY UTILITIES OR POWER CABLES. DAMAGE TO UTILITIES AND POWER CABLES DURING CONSTRUCTION ACTIVITY CAN RESULT IN THE LOSS OF RUNWAY/TAXIWAY LIGHTING, LOSS OF NAVIGATIONAL, VISUAL, OR APPROACH AIDS, DISRUPTION OF REPORTING SERVICES, AND/OR LOSS OF COMMUNICATIONS. N. RESTRICTIONS ON AIRCRAFT RESCUE AND FIRE FIGHTING (ARFF) ACCESS FROM FIRE STATIONS TO THE RUNWAY -TAXIWAY SYSTEM OR AIRPORT BUILDINGS. 0. LACK OF RADIO COMMUNICATIONS WITH CONSTRUCTION VEHICLES IN AIRPORT MOVEMENT AREAS. P OBJECTS, REGARDLESS OF WHETHER THEY ARE MARKED OR FLAGGED, OR ACTIVITIES ANYWHERE ON OR NEAR AN AIRPORT THAT COULD BE DISTRACTING, CONFUSING, OR ALARMING TO PILOTS DURING AIRCRAFT OPERATIONS. Q. WATER, SNOW, DIRT, DEBRIS, OR OTHER CONTAMINANTS THAT TEMPORARILY OBSCURE OR DEROGATE THE VISIBILITY OF RUNWAY/TAXIWAY MARKING, LIGHTING, AND PAVEMENT EDGES. ANY CONDITION OR FACTOR THAT OBSCURES OR DIMINISHES THE VISIBILITY OF AREAS UNDER CONSTRUCTION. R. SPILLAGE FROM VEHICLES (GASOLINE, DIESEL FUEL, OIL, ETC.) ON ACTIVE PAVEMENT AREAS, SUCH AS RUNWAYS, TAXIWAYS, RAMPS, AND AIRPORT ROADWAYS. S. FAILURE TO MAINTAIN DRAINAGE SYSTEM INTEGRITY DURING CONSTRUCTION (E.G., NO TEMPORARY DRAINAGE PROVIDED WHEN WORKING ON A DRAINAGE SYSTEM). T FAILURE TO CONTROL DUST U. EXPOSED WIRING THAT CREATES AN ELECTROCUTION OR FIRE IGNITION HAZARD IDENTIFY AND SECURE WIRING, AND PLACE IT IN CONDUIT OR BURY IT V CONSTRUCTION WORK TAKING PLACE OUTSIDE OF DESIGNATED WORK AREAS. 4 SEPARATION OF VEHICLE AND PEDESTRIAN CONSTRUCTION TRAFFIC FROM AIRPORT MOVEMENT AREAS SHALL BE MAINTAINED BY THE FOLLOWING METHODS. USE ORANGE TRAFFIC CONES, RED LIGHTS, EITHER FLASHING OR STEADY -BURNING, WHICH SHALL MEET THE LUMINANCE REQUIREMENTS OF THE STATE HIGHWAY DEPARTMENT, COLLAPSIBLE BARRICADES MARKED WITH DIAGONAL, ALTERNATING ORANGE AND WHITE STRIPES, AND/OR SIGNS TO SEPARATE ALL CONSTRUCTION/ MAINTENANCE AREAS FROM THE MOVEMENT AREA. DO NOT USE NONFRANGIBLE HAZARD MARKINGS, SUCH AS CONCRETE BARRIERS AND/OR METAL -DRUM -TYPE BARRICADES, IN AIRCRAFT MOVEMENT AREAS. DO NOT USE RAILROAD TIES. 5. HIGHLY REFLECTIVE BARRIERS WITH FLASHING OR STEADY -BURNING RED LIGHTS SHALL BE USED TO BARRICADE TAXIWAYS LEADING TO THE CLOSED PORTION OF THE TERMINAL APRON. BARRICADES SHALL BE SPACED NO GREATER THAN 20 FEET (6M) APART MARK THE BARRICADES WITH A FLASHING LIGHT 6. CONSTRUCTION HOURS ARE LIMITED TO 6:00 A.M. UNTIL 10:00 P.M. OR WHILE THE AIR TRAFFIC CONTROL TOWER IS IN OPERATION. THE AREA OF WORK AND HAUL ROUTES SHALL BE CLEANED OF ALL DEBRIS CREATED BY CONSTRUCTION ACTIVITIES PRIOR TO OPENING THE SURFACE TO AIRCRAFT OPERATIONS. 7 ALL CONTRACTOR PERSONNEL SHALL ADHERE TO ALL SAFETY PROVISIONS ESTABLISHED BY THE FAA, YAKIMA AIR TERMINAL, AND AC 150/5370-2F ALL CONTRACTOR PERSONNEL SHALL HAVE A CLEAR UNDERSTANDING OF SECURITY PROTOCOLS IN ACCORDANCE WITH YAT, FAA, AND AC. ANY VIOLATION AND ASSOCIATED FINES INCURRED WILL BE THE CONTRACTOR'S RESPONSIBILITY 8. WHEN STOCKPILING MATERIALS ON-SITE IS NECESSARY, THE STOCKPILE LOCATIONS SHALL BE COORDINATED WITH YAT PERSONNEL. NO STOCKPILE LOCATIONS SHALL BE CREATED THAT INTERFERES WITH YAT OPERATIONS, IS OUT OF COMPLIANCE WITH FAA, OR CAUSES A SAFETY CONCERN. APPROXIMATE STAGING AREAS THAT CAN BE USED TO STOCKPILE MATERIALS ARE SHOWN ON SHEET CSP2 OF THE CONSTRUCTION DRAWINGS. PRIOR TO STOCKPILING ON-SITE THE CONTRACTOR SHALL NOTIFY AND COORDINATE WITH YAT AIRPORT ADMINISTRATION OFFICE FIRE STATION/ARFF ARFF ROUTE ACCESS GATE PASSENGER TERMINAL AIRPORT ACCESS /4/ APPROXIMATE LOCATION CONTRACTOR'S STAGING AREA (MATERIALS & EQUIPMENT) '47 0 75 150 300 W. WASHINGTON AVENUE APPROXIMATE �/'% ,/ / ,•I /LOCATION . /,;•,/ / / ,•/ ,CONTRACTOR'S ,% / :,,,,,,,...__,4/4,p' j / .' .PARKIN%AREA,' TgXi / ,/ • �wqY // PROJECT, / // AREA'' • //'/ /', /!/ /7/ y/., ./ / •/ / . // �'. •,a� HAUL AKIM• • 4%'._.. // !• • j// i// 9. SHOWN ON SHEET CSP2 OF THE CONSTRUCTION DOCUMENTS ARE APPROXIMATE STAGING AREAS. THESE AREAS ARE LOCATED WITHIN THE AIRPORT SECURITY FENCE AND ARE INTENDED FOR STAGING AND ACCESSING THE AIRPORT THESE AREAS ARE NOT INTENDED FOR CONTRACTOR PERSONNEL PARKING EXCEPT FOR THOSE VEHICLES THAT WILL BE USED TO TRANSFER MATERIALS TO THE WORK ZONES. ALL PERSONAL VEHICLES SHALL BE PARKED OUTSIDE THE SECURITY FENCE AND IN A LOCATION THAT WILL NOT PREVENT ACCESS OR EMERGENCY EFFORTS TO ANY PORTION OF THE AIRPORT CONTRACTOR PERSONNEL PARKING SHALL BE COORDINATED WITH THE YAKIMA AIR TERMINAL. TWO ACCESS LOCATIONS HAVE BEEN SHOWN ON SHEET CSP2. YAKIMA AIR TERMINAL RESERVES THE RIGHT TO MOVE THESE AREAS IF THEY CAUSE INTERFERENCE WITH AIRPORT OPERATIONS. NO NEW ROADS SHALL BE CREATED FOR THE USE OF HAULING MATERIALS TO AND FROM WORK ZONES. HAUL ROUTES TO THE MAXIMUM EXTENT POSSIBLE SHALL USE THE EXISTING PAVED AREAS ALREADY ESTABLISHED HAUL ROUTES SHALL BE COORDINATED WITH THE YAKIMA AIR TERMINAL AND YAT RESERVES THE RIGHT TO MODIFY THE ROUTE AT ANY TIME DUE TO FLIGHT OPERATIONS OR IN CASE OF EMERGENCIES. 10. THE CONTRACTOR SHALL ASSIGN ONE PERSON THE EXCLUSIVE TASK OF COORDINATING THE CONTRACTOR'S ACTIVITIES ON THE FIELD WITH THE ENGINEER, AIRPORT PERSONNEL, AND THE CONTROL TOWER. THIS PERSON SHALL BE RESPONSIBLE FOR WARNING ALL CONTRACTOR EMPLOYEES OF APPROACHING AIRCRAFT AND GAINING CONTROL TOWER APPROVAL FOR PERSONNEL, VEHICLE, AND EQUIPMENT MOVEMENTS. THIS PERSON SHALL ALSO HAVE THE RESPONSIBILITY OF INFORMING AND COORDINATING THE CONTRACTOR'S WORK SCHEDULE WITH THE ENGINEER AND AIRPORT MANAGEMENT THIS PERSON SHALL ALSO BE THE INITIAL POINT OF CONTACT FOR EMERGENCIES. 11 IN THE UNLIKELY EVENT THAT ARFF EMERGENCY ACCESS ROUTES ARE BLOCKED BY CONSTRUCTION ACTIVITIES CONTRACTOR PERSONNEL SHALL BE RESPONSIBLE FOR PROVIDING ADVANCED NOTIFICATION OF OBSTRUCTED EMERGENCY ACCESS ROUTES TO ARFF AND YAT ROUTE ..-. LEGEND PROJECT AREA 12. THE CONTRACTOR SHALL EMPLOY A 24-7 POINT OF CONTACT (P00) WHO WILL NOTIFY AUTHORITIES IN THE EVENT OF AN EMERGENCY THE CONTRACTOR WILL FIRST NOTIFY THE APPROPRIATE MEDICAL OR POLICE AUTHORITY AND IMMEDIATELY NOTIFY THE YAKIMA AIR TERMINAL. WHENEVER FEASIBLE, THE INJURED PERSON SHALL BE MOVED OUTSIDE OF THE SECURITY FENCE BUT ONLY WHEN THERE IS NO THREAT OF LIFE OR FURTHER HARM TO THE INDIVIDUAL. ENSURING THAT ALL SAFETY MEASURES ARE UPHELD TO THE MAXIMUM EXTENT POSSIBLE. 13. THE CONTRACTOR IS RESPONSIBLE FOR KEEPING ALL CONSTRUCTION RELATED AREAS FREE OF WILDLIFE ATTRACTANTS INCLUDING BUT NOT LIMITED TO, TRASH (FOOD SCRAPS NOT COLLECTED FROM CONSTRUCTION PERSONNEL ACTIVITY), GRASS SEEDS, AND PONDED WATER. THE ADVERSE EFFECTS OF WILDLIFE WILL BE MITIGATED IN ACCORDANCE TO AC 150/5200-33B. 14 DURING THE COURSE OF CONSTRUCTION AND AT THE END OF EACH DAY, THE CONTRACTOR SHALL POWER SWEEP ALL DEBRIS FROM THE CONSTRUCTION AREA PRIOR TO OPENING THE AREA TO AIRCRAFT USE. FOD CONTROL SHALL BE IN ACCORDANCE WITH AC 150/5210-24 15. THE AIRPORT ENVIRONMENT REQUIRES A HIGH DEGREE OF CARE TO CONTROL DEBRIS AND DUST THE CONTRACTOR SHALL BE AWARE THAT THE AOA IS SUBJECT TO JET BLASTS WHICH ARE EQUIVALENT TO WIND VELOCITIES OF 75 TO 90 MPH; THEREFORE, CONSTANT DUST CONTROL MEASURES WILL BE REQUIRED TO PREVENT LOOSE MATERIAL FROM BLOWING ACROSS THE AIRFIELD. 16. THE CONSTRUCTION AND STAGING AREAS SHALL BE LEFT ENVIRONMENTALLY CLEAN DURING AND AT THE END OF THE CONSTRUCTION PROJECT THIS INCLUDES KEEPING THE AREA CLEAN OF DEBRIS, OIL SPILLS, FUEL SPILLS, AND OTHER UNDESIRABLE ELEMENTS. ANY HAZARDOUS OR REGULATED WASTE MATERIAL PRODUCED BY THE CONTRACTOR MUST BE PROPERLY DISPOSED OF AT THE CONTRACTOR'S EXPENSE. HL Huibregtse, Louman Associates, Inc. Civil Engineering o Land Surveying¢Planning 8oi North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com ADDENDUM NO. 1 10/01/13 JOB NUMBER: 11050 DATE. 09-24-13 FILE NAMES. DRAWING. 11050.DWG PLAN- CSP.DWG YAKIMA AIR TERMINAL TERMINAL APRON REHABILITATION REVISION DATE DESIGNED BY ENTERED BY SJR TJR CONSTRUCTION SAFETY PLAN — NOTES SHEET CSP2 OF 6 17 AIRPORT MANAGEMENT WILL INITIATE AND CANCEL THE NOTICE TO AIRMEN (NOTAMS) BASED ON THE CONTRACTORS SCHEDULE. THE CONTRACTOR SHALL PRESENT AN INITIAL SCHEDULE TO THE ENGINEER AND AIRPORT MANAGEMENT FOR APPROVAL. ANY CHANGES IN THE AGREED UPON SCHEDULE MUST BE APPROVED BY AIRPORT MANAGEMENT AT LEAST 48 HOURS PRIOR TO THE CHANGE. ALL NOTAM'S SHALL BE ISSUED IN ACCORDANCE WITH AC 150/5370-2F 18. CONSTRUCTION INSPECTION WILL BE ACCORDANCE WITH AC 150/5370-6D AND CONTRACT DOCUMENTS. 19. THE CONTRACTOR MUST CALL THE LOCAL UTILITY LOCATION REQUEST CENTER NOT LESS THAN 72 HOURS OR MORE THAN 10 BUSINESS DAYS BEFORE ANY EXCAVATION, TO REQUEST FIELD LOCATIONS OF UTILITIES. THE TELEPHONE NUMBER FOR THE ONE CALL CENTER FOR THIS PROJECT IS 1-800-424-5555. 20. YAKIMA AIR TERMINAL TO PROVIDE VEHICLE TRAINING FOR CONTRACTOR PERSONNEL. 21 THE CONTRACTOR WILL ASSUME ALL FINES IMPOSED AGAINST THE YAKIMA AIR TERMINAL BY THE FEDERAL AVIATION ADMINISTRATION AND TRANSPORTATION SAFETY ADMINISTRATION FOR THE CONTRACTOR'S VIOLATION OF ANY SAFETY, SECURITY, OR AIR TRAFFIC CONTROL REGULATIONS. 22. NO SPECIAL CONDITIONS ARE ANTICIPATED AT THIS TIME. EVERY CONDITION CAN BE EVALUATED BY YAKIMA AIRPORT PERSONNEL AND IF DEEMED NECESSARY CAN ADD ADDITIONAL PROVISIONS TO ENSURE THE SAFETY AND WELFARE OF AIRPORTS AND CONTRACTOR'S PERSONNEL AND EQUIPMENT 23. ANY NOTIFICATIONS TO AIRPORT USERS SHALL BE ADMINISTERED BY YAKIMA AIRPORT PERSONNEL ONLY THE CONTRACTOR IS NOT TO NOTIFY ANY PASSENGERS/CUSTOMERS UNLESS IT IS NECESSARY TO AVOID HAZARDS RELATED TO CONSTRUCTION ACTIVITIES. 24. THE PROPOSED WORK HAS BEEN DELINEATED INTO SEPARATE WORK ZONES THAT ARE IDENTIFIED ON THE ENGINEERING PLANS. 25. THE CONSTRUCTION SHALL, TO THE EXTENT PRACTICAL, MINIMIZE DISRUPTION OF STANDARD PROCEDURES FOR AERONAUTICAL ACTIVITIES. WORK SCHEDULES SHALL BE STRICTLY ADHERED TO. 26. CONSTRUCTION SHALL NOT DELAY OR DIVERT ANY REGULARLY SCHEDULED COMMERCIAL AIR CARRIER OPERATIONS UNLESS PREVIOUSLY APPROVED BY AIRPORT MANAGEMENT 27. AT ANY TIME, FOR AIRCRAFT EMERGENCY OPERATIONS, AT THE REQUEST OF THE FAA AIR TRAFFIC CONTROL TOWER, ENGINEER OR AIRPORT MANAGEMENT, THE CONTRACTOR SHALL CEASE OPERATIONS AND VACATE THE WORK AREA. NO ADDITIONAL PAY WILL BE GRANTED FOR THIS ITEM. ADDITIONAL CONTRACT DAYS MAY BE GRANTED ON A CASE BY CASE BASIS WITH THE APPROVAL OF THE ENGINEER/AIRPORT AND FAA. 28. THE CONTRACTOR IS TO CONFINE CONSTRUCTION ACTIVITIES TO ONLY ONE CONSTRUCTION AREA AT A TIME TO PERMIT AIRPORT AND AIRCRAFT OPERATIONS TO CONTINUE THROUGHOUT THE CONSTRUCTION PERIOD 29. THE CONTRACTOR SHALL WORK CLOSELY WITH THE ENGINEER, AIRPORT MANAGEMENT, AND FAA AIR TRAFFIC CONTROL PERSONNEL TO FORMULATE A TRAFFIC CONTROL PLAN TO MEET REQUIREMENTS OF THE PROJECT'S SAFETY REPORT A COPY IS AVAILABLE UPON REQUEST THIS PLAN SHALL BE APPROVED BY AIRPORT MANAGEMENT PRIOR TO BEGINNING CONSTRUCTION. 30. THE CONTRACTOR SHALL BE RESPONSIBLE FOR SECURING ALL STAGING AREAS AFTER NORMAL BUSINESS HOURS. ALL GATES ARE TO REMAIN CLOSED AND LOCKED UNLESS THE CONTRACTOR HAS AN AUTHORIZED GATE CONTROL PERSON PRESENT AT THE GATE. NO GATES PROVIDING DIRECT ACCESS TO THE AIRFIELD SHALL BE LEFT OPEN AND UNATTENDED AT ANY TIME. 31 FOLLOWING COMPLETION OF CONSTRUCTION, ALL HAUL ROUTES, STAGING AREAS, AND AREAS ADJACENT TO THE CONSTRUCTION AREA MUST BE RESTORED BY THE CONTRACTOR TO EQUAL OR BETTER CONDITIONS THAN EXISTS AT THE BEGINNING OF CONSTRUCTION. THIS RESTORATION WORK MAY INCLUDE CLEANING, SWEEPING, PAVING OR GRAVELING AS NECESSARY ALL RESTORATION WORK WILL BE CONSIDERED INCIDENTAL TO THE OTHER WORK ITEMS AND NO ADDITIONAL COMPENSATION WILL BE MADE TO THE CONTRACTOR. 32. IF THE CONTRACTOR'S HAUL ROUTE(S) CROSSES ANY AREA USED BY AIRCRAFT FOR TAXIING, TAKEOFF, OR PARKING, A POWER BROOM AND/OR HAND SWEEPING SHALL BE USED TO KEEP THIS AREA CLEAN OF DEBRIS WHICH COULD DAMAGE AIRCRAFT ENGINES OR PROPELLERS. THE CONTRACTOR SHALL BE LIABLE FOR ANY DAMAGES THAT OCCUR. SWEEPING SHALL OCCUR DAILY ON ALL USED HAUL ROUTES AND WORK AREAS. 33. SANITARY FACILITIES SHALL BE PROVIDED AT APPROPRIATE LOCATIONS FOR THE CONTRACTOR'S EMPLOYEES. PUBLIC FACILITIES AT THE AIRPORT ARE NOT TO BE USED 34. THE CONTRACTOR MAY BE WORKING IN AREAS WHERE JET TAKEOFF NOISE CAN BE AS HIGH AS 120 DECIBELS. CONTRACTOR(S) SHALL COMPLY WITH INDUSTRY STANDARDS FOR PERSONNEL HEARING PROTECTION WHEN WORKING WITHIN THESE AREAS. 35. ANY INSTRUCTIONS EMANATING FROM THE AIR TRAFFIC CONTROL TOWER SHALL BE IMMEDIATELY OBEYED 36. ALL OPERATIONS DURING CONSTRUCTION SHALL BE SUBJECT TO 'AC 150/5370-13A, THE TRANSPORTATION SAFETY REGULATIONS, AND THE CONTRACT DOCUMENTS. 37 THE AIRPORT IS .OPERATED IN STRICT COMPLIANCE WITH FEDERAL AVIATION REGULATIONS (FAR) PART 139 AND TRANSPORTATION SAFETY REGULATIONS (TSR) PART 1542, BOTH OF WHICH PROHIBIT UNAUTHORIZED PERSONS, VEHICLES, OR EQUIPMENT - IN THE AOA (AIRCRAFT OPERATIONS AREA). PERSONNEL FOUND IN VIOLATION OF THE SPECIAL SAFETY AND SECURITY CONDITIONS, RULES, AND REGULATIONS OF THE YAKIMA AIR TERMINAL, OR AS OTHERWISE CONTAINED IN THE CONTRACT DOCUMENTS WILL BE REMOVED FROM THE AIR TERMINAL GROUNDS. ADDITIONALLY, VIOLATORS WILL BE SUBJECT TO ARREST AND PENALTIES IMPOSED BY THE FAA, TSA, AND/OR THE YAKIMA AIR TERMINAL. THE CONTRACTOR IS NOT PERMITTED TO ENTER THE SECURITY IDENTIFICATION DISPLAY AREA (SIDA) WITHOUT ESCORT AND PRIOR TRAINING. 38. NO VEHICLES OR PERSONNEL WILL BE ALLOWED TO ENTER OR CROSS ACTIVE RUNWAYS, TAXIWAYS, OR THEIR ASSOCIATED SAFETY AREAS WITHOUT PRIOR APPROVAL OF THE FAA AIR TRAFFIC CONTROL TOWER. 39. ONLY EQUIPMENT NECESSARY FOR CONSTRUCTION SHALL BE PERMITTED WITHIN THE CONSTRUCTION ACTIVITIES AREA. CONSTRUCTION VEHICLES, WHEN NOT IN USE, SHALL BE PARKED AS FAR AS POSSIBLE FROM THE EDGE OF ACTIVE RUNWAYS, TAXIWAYS AND SAFETY AREAS DURING THE WORK DAY ALL VEHICLES WILL BE MOVED TO THE DESIGNATED STAGING AREA AT THE END OF EACH DAY 40. ALL CONSTRUCTION EQUIPMENT AND VEHICLES ALLOWED BEYOND THE SECURITY FENCE WILL BE MARKED AND LIGHTED (SEE SPECIFICATIONS). CONSTRUCTION PERSONNEL'S PERSONAL VEHICLES SHALL BE REQUIRED TO PARK OUTSIDE THE AOA IN THE DESIGNATED STAGING AREAS, TO BE COORDINATED WITH THE AIRPORT 41 THE CONTRACTOR SHALL PROVIDE AND INSTALL BARRICADES AS REQUIRED DURING CONSTRUCTION OPERATIONS PER SECTION 70-08 OF THE FAA GENERAL CONDITIONS. BARRICADES SHALL BE WEIGHTED TO PREVENT JET BLAST 42. THE CONTRACTOR SHALL PROVIDE AND INSTALL BARRICADES, TRAFFIC CONES, AND OTHER TRAFFIC CONTROL DEVICES, INCLUDING PERSONNEL, TO DIRECT AND/OR ESCORT VEHICLES AND EQUIPMENT ALONG THE HAUL ROUTES. REFER TO LIMITS OF TRAFFIC CONTROL SHOWN ON SHEET CSP4. ALL WORK SHALL BE OUTSIDE OF THE NON -MOVEMENT MARKINGS. 43. ALL FENCING AROUND THE CONTRACTOR'S WORK AREA, STAGING AREA, AND HAUL ROUTES SHALL BE MAINTAINED IN A CONDITION EQUAL TO OR BETTER THAN EXISTING CONDITIONS AT THE START OF CONSTRUCTION. ANY DAMAGE TO FENCES OR GATES SHALL BE REPAIRED BY THE CONTRACTOR IMMEDIATELY. 44 ALL PERSONS OPERATING A MOTOR VEHICLE BEYOND THE SECURITY FENCE SHALL HAVE A VALID PERMIT TO OPERATE GROUND VEHICLES ON THE AIRPORT, ISSUED BY THE YAKIMA AIR TERMINAL. REFER TO PROJECT SPECIFICATIONS FOR ADDITIONAL INFORMATION. EXCEPTION: DRIVERS IN VEHICLES WITHOUT A PERMIT MAY BE ESCORTED BY A DRIVER IN A VEHICLE WITH A PERMIT FOR EXAMPLE, A MATERIAL SUPPLIER VEHICLE DRIVEN BY A DRIVER WITHOUT A PERMIT SHALL BE ESCORTED TO AND FROM THE CONSTRUCTION SITE WITHIN THE AOA BY A CONTRACTOR -SUPPLIED ESCORT VEHICLE OF WHICH THE DRIVER HAS A VALID PERMIT MAXIMUM CONVOY LENGTH SHALL NOT EXCEED THREE VEHICLES PLUS THE ESCORT VEHICLE. THE THREE VEHICLES MUST BE IN THE IMMEDIATE CONTROL OF THE ESCORT VEHICLE, AND THE DRIVER OF THE ESCORT VEHICLE MUST HAVE PROPER CLEARANCE PRIOR TO PROCEEDING. 45. THE CONTRACTOR SHALL TAKE EVERY PRECAUTION TO AVOID ON-SITE LIGHTING INCLUDING ALL NAVIGATIONAL AIDS, AND ELECTRICAL COMPONENTS. ALL NAV -AIDS AND ELECTRICAL COMPONENTS SHALL BE CLEARLY DELINEATED PRIOR TO WORK. DELINEATION SHALL INCLUDE HIGH VISIBILITY FENCE, BARRICADES AND ANY OTHER NECESSARY MEANS TO ENSURE ALL NAV -AIDS AND ELECTRICAL COMPONENTS ARE UNDISTURBED THROUGHOUT CONSTRUCTION. 46. IF EXISTING LIGHTING/NAV-AIDS/ELECTRICAL APPURTENANCES ARE DISTURBED, THE CONTRACTOR SHALL NOTIFY THE YAKIMA AIR TERMINAL AND ENGINEER IMMEDIATELY ANY DISTURBANCE OF ANY LIGHTS OR ELECTRICAL EQUIPMENT WILL REQUIRE AN FAA REIMBURSABLE AGREEMENT AND WILL SIGNIFICANTLY DELAY THE PROJECT ANY REPAIRS AND RESULTING LIQUIDATED DAMAGES WILL BE PAID FOR BY THE CONTRACTOR. WASHINGTON AVENUE AIRPORT MAINTENANCE SHOP/ARE STORAGE z z W N S E AIRPORT ADMIN OFFICE FIRE STATION/ARFF PASSENGER CUB TERMINAL CRAFTER 0 300 600 1200 NMI I I S. 36TH AVENUE APPROXIMATE LOCATION CONTRACTOR'S STAGING AREA (MATERIALS & EQUIPMENT) LEGEND PROJECT AREA TERMINAL APRON WORK ZONES WORK AREAS SHALL BE CLOSED TO ALL FLIGHT TRAFFIC. BARRICADES AND MARKINGS SHALL MEET THESE PLANS AND ALL FAA REQUIREMENTS PARTICULARLY AC 150/5370-2F AHTANUM ROAD O D O ANTICIPATED COMMERCIAL AIR SERVICE SCHEDULE HORIZON AIR ARRIVES 1135 PM 10:23 PM 5:48 PM DEPARTS 6: 00 AM 10:55 AM 6.20 PM +NHLA Huibregtse, Louman Associates, Inc. Civil Engineering o Land SurveyingoPlanning 8o1 North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 W W W.hlaclvll.com ADDENDUM NO 1 10/01/13 JOB NUMBER: 11050 DATE. 09-24-13 FILE NAMES. DRAWING. 11050.DWG PLAN- CSP.DWG YAKIMA AIR TERMINAL TERMINAL APRON REHABILITATION REVISION DATE DESIGNED BY - ENTERED BY SJR TJR CONSTRUCTION SAFETY PLAN NOTES SHEET CSP3 OF 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 N 0 125 250 500 --- LEGEND s N •CONTRACTOR • • — PROJECT AREA ACCESS GATE FOR PHASE 1 A APPROXIMATE LOCATION 4.1 CONTRACTOR'S PARKING AREA. �c CUB CRAFTERS �♦ U ING TON AIRPORT MAINTENANCE APPROXIMATE LOCATION SHOP ARE STORAGE CONTRACTOR'S STAGING AR / & E UIPMENT) 10414°? '!!i, ��•• y%!' =-P `// '! ifa SOS°=`-�'T .}s 1, -F^ Y /VI I, l f, ,! _,� -, ror• r l:l ',}i. i;% •/I 'Y ;+„ r/ , I ,ill„r I Il,, r/!�', r., ::;j' ',r Q t, %!'', `- ,,; ' r'/r., r J ti J/.r.� t;�• • � �: QF r:r,, 'r%i„ I', r;. AIRPORT ®®� Z ADMIN OFFICE `p „I® r(I;f:; j G r r/n. ;f,'/ ri, ,r -.,;'r'.`" /:r ! . ! ,f! ,, 61! ,fir r: FIRE STATION ARFF //7/ 'F•-f�f'%r,;:* I'''r'r• r!� / ,, :ms h „rJ •r ;fraill7;7'////: '(MATERIALS PASSENGER /'`/ 1/TERMINA /!d".,/,•./,l�! r� if 'rYr 5r/y�,' ..- f'r r ' / f '� I'`. �,/ '�'!/!, � �— % \+,..I' �� � f/iJ J , r, ;; J'r''J!9! _. f ,,'f r'`"'•- rr i/ e tl,� 4• �., : , pr, ,/Jf/r ,� l „�'rl Jy rr�i / I' (/! /i ;! If..r e'i% /Iif J r%//, ,�1®,r. ;;, �/'t j//,'' ,;;1L` \:"' P %�,�f'/1�i I /fri l'!, ,;,„ !r I 1,'J,. (/�:':r r r .; . I / 6r•ir" •I I If t f: ' / ti ,.a, r,f' :r.,;A`., rs,,r�,.,, ,,.,�..r v. 4, r -, .e r,"�. ►�r,,.. ;��;'"5 i X'' 1' f!/ / r; `''' F ® ")'�a a<-. M. f,;-.., i' `�,;? a�?Un•; / ,"•`/i, ✓ ;,:', I'r �, L, d/ •,, - �-.,. >*,z�,-s`s",�,` ;<,ir''�O • e- , / �'fJ/' S•, / rl,r i� a; 1 ///yhrr f /' 1'/./ r ,l xt�< �Yr„r- Thr . ::i. y. /4, 'l,;,�r/4, y,,;fr; n !r• O' •�;s>: �`r:,• l.�r,, %t!./ /, W- WASH r,i%I ./r.. ;lr,• 1, c zY !N Ir•%. �': Y i,� !� •,c �i O / (, ,J,:r %lli: ;'� /�� • rf/,/,/I:';i7l'I`%"r r '; 1.7 : %rr f,, ,, <.,,/ .,/7. .rzr ..r,. ,1 !' ' �/ (I' ';'"'.�. /';%. „=S`t,'�'%/ ///'.// 1J ,'f,r. f r'!ir?r r,, ,r !, .; /r. " A ,! ' '!� • y , , {,.r. rr-J%//;!. I/i�`; ' �:s •ti '-;!„ 1,.,, /�q�. ? .,, / .%'li/%1,!/fl lru. !' .'}� Y. . , ! i 1�` !r v/f,r. /r :,h .,r,. • ti.,,.. �;r :Y•,,:>rlJ;,r rr', t, d�rHO. .w• ,t,.L'� . ./. ,, (n'f; ,.rrr: ,, r ' + :'Ir,, �. ",. '•F, :flf„• ,n -r+.r ,C :n.r ,. /• r(!f._; �/�� '..%,..,' 5/ tI .��124/'r: f .�._ '.', ,! r/�!!'i '' ,Jr rlr ' ,r r;,i�'/�� �' �;rr,•;. r l,rr. ,• r.,' a !' /. ',!'' /„I (� �.. '-,! 1.,, li:,,;1.�:;-r;,rr ♦ ♦ �', l: -a -r.. .:, / ♦ %,"',,:., i ' ! „1 f, ,,- ,.r :F�. ,• dl.' '.•r- I, ,!. ,:; K✓ Irl• -17; 1' i'Ir'` ;�,.. /N' r�/ .-•,-, tFe; >r !. 'ROXIMAT i''i'.%'@ %5_,f, c- Jh r ♦ ?,�'' � tr, ` ;, Wil,^,,,, I. f,' •r�,,,�- r� 45. r r,.'%'irr ATION OF , / ! ♦ � � ' . r; 'Y. "" LOC a /o r,. .I,rf:;•/,. ♦♦ �;'' / k .. i•%/%.'.' 4 ”, ,d ./ . j” IG;r.r : . p ,)h! ,J.. ♦♦ ♦ ` J , Y'.' .f.. «.,.'t. Y :%,rl.,,.; ,, :I'% i .i:/ ,;lYr.r.,.., 14:/' .,Yf'_, i! ' ♦ ♦� P ,.ii -. f,../,/ . r. /l.. ,; n , ! 1 /• a ; . , T / HTs' -:?,. ..; ,,, t,:9',:r. ; o,: „I„✓,,,I',.,,1:/A.. d s`'6','r,.lv,;l:i REFLECTORS 0 r�� ,7.. ri.,r r,,.�„sw`".rr # / . .; ;.:. f'; v rt', G';r.•r'r'r VI//k''. �N=%MJLIdEN '' i' g;r;. •.•., - NOT BE DISTURBED. �`x TOFA TOFA—T TOF TOFA TOF, Y ,>:,, "•.. -TOF ' ,'."... . TOF TOFA , TOF,TOF 'OFA TOF” , Tr$ TOF TOFA '- /rr r, +':, '." TOFA TOF ' FA --T TOF'-TOFA ' �',::f; . . -TOFA--TOFn TOFn TOFA f OFA-TOF.. T FA TOF 7 A TOFA—T , „- A—T OF 0 k,,—TDF :•.Jv/!' :.1:%„ /,r TOFA-70FF •�. ;7l•,, ln':/ ...... rtlF A--\�- ! vyS /,..: - i/. rX �lifr, - - ... - . .. ;.;,, -. . - ... , . .:....,... „ :.... ... . . . .:..Y`.,,. ,..., „ ,r..-,... ,. ,r - , r O ” ; y- rALPH t,•H , ,. OFA /' OFA—OFA—OFA OFA:.,' •OFA".) ,. , ALJ �..A FAas.`.'_�FA.rm,, �F ., ,,, ru. ,,, :. c ., .,., .-:r, ,- r ^'A -OFA OFAO ,.. „ , ,r ,r ,. , ::—.rr ,OFA"—.r. MRSA t. —OFA—OFA - - ., .. . . . ...... ... .... ..... .- .,,, , , . - , ., - ,r, ' ,., I j -,d r, - - • J ” RSA RSA RSA •.A•.� � HAUL ROUTE R` RSA RSA - RSA RSA RSA® RSA RSA RSA RSA SA R `( '' RSgf= -'; RSA RSA 4 J�,� SA RSA RSA RSA RSA 6 FSA RSA RSA RSA RSA RSA RSA RSA "•A RSA RSA - '-;•, / rti-', 4. .,, 'ice • /u , f / /J r r!. r /.! /,,,;1� RUWA. '.y.,' /_r• „p- /. .! . ,_ :!... .;-:.,, ,,�e%!%kJ �r .` �i, ! , TAKEOFF ARRIVE � , .r f f;n ', ' fr,rfrr;./ rfiI- / J•Jn f r, i /%1fn, :1!'...°:I . vd: fl''r.ri ..'., ./ ,'. :• C�f, (;: . .rJJ�f'r,h '"J%h.' ' '/f r" ///:; ...rhh.. . ��, '--/-74r''' PHASE 1 y N LEGEND o \ soo 14 S \\ ♦♦ .�� PROJECT AREA APPROXIMATE LOCATION PHASE 2 PHA/ CONTRACTOR CONTRACTOR'S \ HAUL PARKING AREA. 1- ACCESS GATE _CUB CRAFTERS ROUTE FOR PHASE �� •c AIRPORT G ADMIN OFFICE / 1- MAINTENANCE APPROXIMATE LOCATIONf.r;;� STORAGECONTRACTOR'S STAGING ARFIRE STATION/ARFF /r � (MATERIALS & EQUIPMENT) PASSENGER �- ' ffTERMINA},.ilk' < 1,., ".r�,OS°.,r • tl \amAIRPORT ''wSHOP/ARE 'A`r ''''` i�:%rnrl!.. 'I ® �. E 0 AVENUE 5H INGT N .. �'u;, !I p f, �� /,tir,,?„ .n� 'e _ -,t,,,��� �” `=1" tl lr�%rrr! . r.. .,,,;/ q:pr: "� +,n'.• '' r�.,, ! . Y ` /rr. ..1.::,?` ;:.' r! tI ✓,,; „ , . ,.rr r 'h - l�c� \ : �,. 1 r!'^ -•k .i': t'' i `hr.irr J!,' r!,/ r.t/1,„. ". '%/ %., .ems' `t `'-F '.�• ',>"-, 's10/0/4'i !r, -':l .moi' 3Y; t '�r• 1„ r. A .,k' %j :F Vr `�"f �. •I)1 ..�/`•��..l•i;Jt.•l',:'%., l..Jil Qri•,: 'r: s'C ,J % k' n: -Ii, , !f/ G. Ii!-., a`,r i;, r% Sc r.� r y,. '. f ` r r6, • qf, / sae- /p O r ril/utr, ' il,, 3s ® Qom,- /!}l,,, :1,',ilI :A;y }, �;'•�. ' " � W w A# Si.%�Il, „ .% , , ,. r ,�;.:, s..' •6. ;v,:':;•-., h: /...,,. ,I,.:/,.! . _a4 :s'r'.� ;� � > • . >,, ./„ .rJ„ • i�1♦! R `;� ?' • •1. � 'r, r r , x:r' �, r�//I,/., ,,, ./ �/; iI, 3 / f k ♦ P �: r, l., ,ty. . ; , !. /,e •� _ :L'ex ,./" .,J/,. ,,,� //,'.�'.-:, '.�,•. '/%'.. '% ' •�, �♦ Y. t / "Q ei. / ratl.h. .1:, r.I ;; Il/:r �lr,. / 'Sia-. ;-�f �,a'r! '+'.: r \ % ♦♦�'.'„4 ':'/, �: rJ/:. J. ', ♦ e l /` 11, � 1 ,1/'i.'rl' ./1%". > .Yr ,.: , .Q :r. ,., •/' L - ?, ;'/! il/,,!,, • I.,:,. ..l Yy; ,,} '2` h , ll`:•, �: , . v, ,l fy , !,' }. ><'r - ♦ ♦ f . ,, , , :/,<;Jf/, 7%: r(rii ♦ �i' ni`,. - '"''}r `•� ♦ �'' `/'�" • / '� •} r :f ~��il x� // ! /.r/ w „i, !. /J, ,fr L, ., f.. ,»f .:r,"rI%' ♦ ♦ ``%ry-- r i};'l�.'.,CJS r.., 1 !, 'n.:! -1 Y .,d�•: r•. r :Yi� ' ,Y,. ' / �o-„N f%h1'L'r\f ,...r ''i ,l.J'f' f,,,rr:Jlr fl.l%• rmr,R ;'r„r%C/ji: fi:r'/,'t ;t;;,• ♦ r' /(,' 1/J//rlll,.r_,, I/ 1' l ; a y ,�' ,11!'-.f./r •'!lt/ ! ri"7, .,')) ::..• ,j,h. i�//Y,/u(. .h I%5/1, 4./,} ti ., ; : / ;, :/'a•lr,; ! I -if /,,,,1,” r,i,r./r. IfItl/ „' ;%'I't`.' 'ROXIMAT /r: t�/,;' /$,. ♦ SIDA'. y P %(� t, ,.,,,, • „ /J,;l,-/' rl' qYi, r.{ Ir/�Yf':. � .'r''rl..r,, lf'"tli; `y) � ♦'r1� -kliI.•./•/{ ', //"";.fin, %'r...., 1„ ,, ;.L i\;rr,/ .r}; • LOCATION OF !r//j ,•Sr-• L• • /.• ♦• , p �: yf �;:. ,. Ili'',...;, lrll•+"rf<rr..,' ',i. . _ :r /,. ,/. .,,' . h vrl r '•,,. ' f.'iii-,,!'I1 rf. ,J'� rl2%/l t�I„ 'r,/%,r1, 'ii/ `, 4f/i :'►..,'� b..,/„!J, r y,,.. .•,,, i, f :v,G / 5 `r:rrf ; .r';,7'..//A,r r r ,,,/ .,;. l; ;'L,, r, t',%, t,'fd/' y/,'fr'-'n; . / 't J .r1 4. n.j 'rt(r:Q-i 1 J, /ir r. , , J�i„ .,r J REFLECTORS TO rf rr ,• , it ,r �;,, ,. Y ' rI / ,fir �•. _ , ..... - ,.\ .r,. NOT BE DISTURBED �tQflL—Mf1Y ,,;,,,,, , ,,,;, ,,y,,..,., ,• !�': 7th,/P;/r,'/�'4fa.� FMF - P ,,I TOF TOFA—TOFA T ; TOF,�--TOF .,•,,:;; TOF, '•": '+.1� %;;;r.l � 4++` .; . A.—TOFA,—TOFk-Yr—TOFA r - . TOF T< i J'l/"S "'/r//,b '' TOFA—TOF TOFA TOFA T• :,TOF TOFa',", rr.:rr(1...,, /.'J.J ;/r:} F"J,rrfr- 'r \ TOF ,,, �}Ay / `i,r"x /.,t/.. �TOFA TOFA TDF/r--TOFA CFA—TOF T n TO A`!'—TOF ,":;, ,TOFA, ••,.1 I 7 :j , .,r, ,;:1; :':�:! r,/r// !.- . ;,r, / TOFT -TOF 7OFA—T OFA TOFa TOFA T OF• �. !/ I1+ ` / r I /•' i•:, I�'.� ,rrr •/. -r,. •'%� /�,,. f� J •v,�_ / r i_r ..ltli ,J, - .•-rr; y, .r a,,r,.S"`f,'. ri1 ,NA, . „u,1 'rit” ,(I/. ,JJI,f. !r%!� !. rrr !!.,/f. ,!. .I, / A'PH .r..( ,:,,.,,,., "�., ,{�'ri'r -.,,, ,..r„ r ,r ,i v,<rf iii nJ"%br I rllf I ! I J l / rt• — / :,L,,.1, ;,,,,,,,,,,,,r,:,,.,,,.„,. •'f. OFA .r (, A .. , ;. A,• r - r .,. ., .,_„rna„ r, -•,I. ar rr,, '! OFA -�IF r „ ov, , ,,, , rnn -r„ ' 1 OFA FA:�A'J' OFA , OFA., OFA” " OFA 0 :., , ,r,.,r,u,,,. uu, , ' r rr .,.rr,. ,.., .,, , .r,r , ,,,, r,,, ., r.rn+ a r N;,rrrr':lr. ,�u '/ r ,, ✓rr ,,,,/ 'MP,. r, : /!':- r 6'r IJ rll , —OFA OFA ..rA—OFA ,';OFA—OFA ,„,,,,,,,,, ,, - .. ,,, ..., Ar,",rr,,,, . .Y,u (. r:/f �='. `(/ ,�! 1// ,t, ��r„ /12 X //'% 'i ,j �r �R� RSv —' - f RSA RSA RSA : RSA RSA RSA RSA —R` - RSA RSA RSA RSA RSA SA RSA RSA RSA RSA—RSA—RSA RSA RSA RSA A ,IRSA�r`/r RS RSA R RSA RSA u'] SA RSA RSA RSA RSA f FSA RSA �U a'% qy� ,II /4, t --! ;.:'f' rl,:_ fr;:i,J ;,fl.• /� j/ irk/ Q '. P ,,,, r I /i/ Ir , '� /J/Ys:�:� :' '!!, . ,. 'r '.Tr,!/Y!r ,r :,;, .;j,r.%'%. •Y'l:' !1('J1•,':: I/•rJ,%,.. :1” .,N jf. r: :r" ,-,.. .r:, . r . /, , .t , rJ�: , rrr 1 ' r o,, ,,.. ,J'J, J, ,r� ,.l.„! rli” fJ.. ,Ir' ,, '!l. lnl.r,"/fr!,' ./ i''r r ../ ..: ,... r..., r,::..... , , , • ... ,. r „ . ,, ,, ,. ,,7/:,, ,.� � - r sem' ,,,,,. ,.. , J / '/' 'e � I. Y,/1 l ,/' t. /% J�., ! r/. rel !% / 1. ". '' 1 ;/ r !•!/ ,.,/„ , / / l; „RUNWA 'Y 9- 1,7 `5crf/, •Jr i ( ,u: , I %/, r' ,r,'x •;�`•.,' :: -t ',�. .t • ..,/',,,r, ..rrr r / r2 '!1' ;,u>,/; r„ .r� �%' f^ 'r• •(7; n --r u'.ir ,h;,;r,./', ,/!� =Il.l/, , ;Y••.,;! ,. !1: ,rl/ir,,., •r; , r- n!' .. !, , ,rinu (/s./f /, a ,-hfrf;r, l,.I%.rr%,,./i/,. , h 7 ,ilit/i fru %/JI%ri/ -/ I. / ,.f%�.11,/�/%,r/!,/i,,/a1L4f„ , u1 ( / ,,i//!Jrr, 7,9,7/2,7 •i`' EOFF ARRIVE -III, _— = - 'trF�s(s TAK / � % /I / �„ „rf 1 '•�'r - —';„4,/,/,5,a.. rr , ,, , : � r n ,u ” , ., , ,, rr r, , ,.1 , r r. , r, . •. .,. :.. : . r:uo,,"'"r' •u{":• ',:"!/, rl!' ./,: rF:-/,. .n� / ,/ ,J „I, "P' r Ir '��/ .t. ! u u% l. •,rtr"-,., ,L,. rt � lrv:h%/ r ' /, '/ Y' I -r/ a, ! n /,. J,I • >7 , 'r / I 1„� r1t' r, r/ / nJ f ! ,.i• ,!..rf• . rJr / "7`"'.. !•:,,,, iI r •'//`•' , , , , „ /%. ..r , ,,,r / / ! ,,' '!t I'i„! r/ ' / :7 n, r' 'Irr r / I bu t'/,.r.ur. , /. ! / / I. � i7% !r'ifur /��,,!/uL/'7!, /J / J J`':':`%-. a,r, �• �:• rri• r, . .:�' .. xr: rii' ,r'r ., 6r. •, r,.v! ,,,, ,,,,,, ,,,,,,,� , I ;I . ! r / , 1 . ,�,I rb ., dr1�•llJli fi+/1I"Il��J/1� rr'/%I1�/,rUG�il/Jjia,:4f.�Lr,r���C/.firl./r//,Lf,>rr,/,f:!/,/rL'/.rrr,.,,Jr/l../,...r/G�.rr,;rrr/.r.,,,.ao,,."...,,/I+,,,,.-r,.,,;,b.,,.,/L/„r,4+=, {'S „rjrfi,ls r r.. ;J/i,, .r ,J,;r. F. ..f%. ri, :,,. / - i.` � D''•r/” fr'T—e$t., ., SII;. oft71f,"irlr'lr PHASE 2 ' .42. H L11 ♦ Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA989o2 509.966.7000 Fax 509,965,3800 NN I E ��eoFW J�. • , ,, `� , i_.� ; n,,/S9” ,.. °NALE‘"o '� ADDENDUM NO. 1 10/01/13 JOB NUMBER: 09 DATE.3 YAKIMA AIR TERMINAL TERMINAL APRON REHABILITATION SHEET CSP4 of 6 FILE NAMES. PLAN:ING CSP DWG G DESIGNED BY SJR ENTERED BY. TJR CONSTRUCTION SAFETY PLAN - AIRCRAFT ROUTES Civil EnglneeTingoLand SurveyingoPlann g www.hlacivl.com REVISION DATE NOTES. 1. THE CONTRACTOR SHALL FURNISH, INSTALL AND MAINTAIN ALL TRAFFIC CONTROL EQUIPMENT, SIGNS, BARRICADES, MARKERS, AND APPURTENANCES. 2. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO REVIEW AND APPROVE THE ADEQUACY OF THIS TRAFFIC CONTROL PLAN AND PROPOSE IMPROVEMENTS AS REQUIRED. BY USE OF THIS PLAN, THE CONTRACTOR ACKNOWLEDGES AND ACCEPTS RESPONSIBILITY AS IF PREPARED BY HIM. NO ADDITIONAL PAYMENT SHALL BE MADE FOR ADDITIONS TO THIS PLAN. 3. TRAFFIC BARRICADES SHOWN ILLUSTRATE LIMITS OF TRAFFIC CONTROL BUT ARE NOT INDICATIVE OF THE ACTUAL NUMBER REQUIRED. MAXIMUM BARRICADE SPACING SHALL BE 20 FEET 4 EACH AREA IS TO BE TEMPORARILY STRIPED DURING CONSTRUCTION OF THE SUCCEEDING AREA. TEMPORARY STRIPING SHALL MEET REQUIREMENTS FOR VISUAL RUNWAYS UNDER AC 150/5340-1K. 5. CONTRACTOR EMPLOYEE PARKING TO BE OUTSIDE OF SECURITY FENCE. Ov DENOTES BARRICADE WITH 20"X20" SQUARE ORANGE FLAG AND SOLID BURNING RED LAMP. ALL BARRICADES SHALL BE PLACED PRIOR TO EACH DAYS WORK. DENOTES BARRICADE. ALL BARRICADES SHALL BE PLACED PRIOR TO EACH DAYS WORK. DENOTES CONTRACTOR'S RESPONSIBLE PERSONNEL FOR COMMUNICATION WITH THE AIR TRAFFIC CONTROL TOWER PERSONNEL SHALL BE AT LOCATIONS SHOWN DURING ANY WORK WITHIN THE DESIGNATED AREA. DENOTES AREA RESERVED FOR HORIZON AIR PERSONNEL FOR PURPOSES OF STORAGE AND BAGGAGE OPERATIONS AND AIRPORT OPERATIONS. THIS AREA TO NOT BE USED FOR ANY CONSTRUCTION OPERATIONS. CONSTRUCTION TRAFFIC MUST YIELD TO AIRCRAFT OPERATIONS AT ALL TIMES •,HLA Huibregtse, Louman Associates, Inc. Civil Engineering o Land Surveying.Planning N PASSENGER TERMINAL CONTRA TOR POINT /CCESS E SH ET SP4. IRPO'T TI DOWN MARKING (YELLOW), TYPICAL SE IDENTIFICATION DISPLAY AREA SIDA) PHASE 2 .A,ST RAMP TAXI AY EDG E'MARKING, DASHED (DOUBLE YELLOW 801. North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com / / //. ADDENDUM NO. 1 10/01/13 JOB NUMBER: DATE. 11050 09-24-13 FILE NAMES. DRAWING. 11050.DWG PLAN: CSP.DWG / TA IWAY EDG MA KIN S, //////EDLE YE ) YAKIMA AIR TERMINAL RUNWAY 9/27 REHABILITATION REVISION DATE DESIGNED BY ENTERED BY' SJR TJR CONSTRUCTION SAFETY PLAN — PHASE 1 SHEET CSP5 OF 6 1 THE CONTRACTOR SHALL FURNISH, INSTALL AND MAINTAIN ALL TRAFFIC CONTROL EQUIPMENT, SIGNS, BARRICADES, MARKERS, AND APPURTENANCES. 2. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO REVIEW AND APPROVE THE ADEQUACY OF THIS TRAFFIC CONTROL PLAN AND PROPOSE IMPROVEMENTS AS REQUIRED. BY USE OF THIS PLAN, THE CONTRACTOR ACKNOWLEDGES AND ACCEPTS RESPONSIBILITY AS IF PREPARED BY HIM. NO ADDITIONAL PAYMENT SHALL BE MADE FOR ADDITIONS TO THIS PLAN. 3. TRAFFIC BARRICADES SHOWN ILLUSTRATE LIMITS OF TRAFFIC CONTROL BUT ARE NOT INDICATIVE OF THE ACTUAL NUMBER REQUIRED MAXIMUM BARRICADE SPACING SHALL BE 20 FEET PASSENGER TERMINAL TUG AND CARTS FOR CH CKED LUGGAG 4 EACH AREA IS TO BE TEMPORARILY STRIPED DURING CONSTRUCTION OF THE SUCCEEDING AREA. TEMPORARY STRIPING SHALL MEET REQUIREMENTS FOR VISUAL RUNWAYS UNDER AC 150/5340-1K. 5. CONTRACTOR EMPLOYEE PARKING TO BE OUTSIDE OF SECURITY FENCE. DENOTES BARRICADE WITH 20"X20" SQUARE ORANGE FLAG AND SOLID BURNING RED LAMP ALL BARRICADES SHALL BE PLACED PRIOR TO EACH DAYS WORK. CI DENOTES BARRICADE. ALL BARRICADES SHALL BE PLACED PRIOR TO EACH DAYS WORK. BAGGAGE CLAIM AREA CO TRACTOR - CCESS POINT SEE SH ET CSP4 DENOTES CONTRACTOR'S RESPONSIBLE PERSONNEL FOR COMMUNICATION WITH THE AIR TRAFFIC CONTROL TOWER PERSONNEL SHALL BE AT LOCATIONS SHOWN DURING ANY WORK WITHIN THE DESIGNATED AREA. SE URI IDENTIFICATION DISPLAY AREA (SIDA) „,PHASE v1, DENOTES AREA RESERVED FOR HORIZON AIR PERSONNEL FOR PURPOSES OF STORAGE AND BAGGAGE OPERATIONS AND AIRPORT OPERATIONS. THIS AREA TO NOT BE USED FOR ANY CONSTRUCTION OPERATIONS. TAXI AY EDGE MARKINGS, DASHED (DOUBLE YELLOW 4I�/iAMPA PP ////// '41r/EH CLE ANE MAR ING ��` (WHITE, 6" WIDE) CONSTRUCTION TRAFFIC MUST YIELD TO AIRCRAFT OPERATIONS AT ALL TIMES T IWA EDe M 'KI ' S, SAS 'D s0U: Y LO. 801 North 39th Avenue Yakima, WA989o2 509.966.7000 Fax 509.965.3800 ADDENDUM NO. 1 10/01/13 JOB NUMBER 11050 09-24-13 FILE NAMES. DRAWING. 11050.DWG PLAN: CSP.DWG Civil Engineering o Land Surveying.Planning www.hlacivil.com REVISION DESIGNED BY' ENTERED BY SJR TJR YAKIMA AIR TERMINAL RUNWAY 9/27 REHABILITATION SHEET CSP6 OF CONSTRUCTION SAFETY PLAN — PHASE 2/2A t CITY OF YAKIMA CONTRACT DOCUMENTS FOR YAKIMA AIR TERMINAL TERMINAL APRON. REHABILITATION A.I.P. NO. 3-53-0089-33 (FY 13) HLA PROJECT NO. 11050 September 2013 OWNER: Yakima Air Terminal 2406 West Washington Avenue Suite B Yakima, WA 98903 ENGINEER: Huibregtse, Louman Associates, Inc. (HLA) 801 N. 39th Avenue Yakima, WA 98902 G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx f 1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON FOR YAKIMA AIR TERMINAL TERMINAL APRON REHABILITATION HLA Project No. 11050 TABLE OF CONTENTS PAGE NO. SECTION 1 — INVITATION TO BID 1-0 INVITATION TO BID ......... . . ................ 1-1 SECTION 2 — INFORMATION TO BIDDERS 2-0 INFORMATION TO BIDDERS ........... 2-1 SECTION 3 — BID PACKAGE 3-0 BIDDER'S CHECKLIST . .... .............. . . 3-1 BIDDER'S DECLARATION . 3-2 UNIT PRICE BID PROPOSAL 3-4 PROPOSAL 3-5 BID BOND .. . 3-6 DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION . 3-7 LETTER OF INTENT . .. 3-8 BIDDERS LIST ............ . . . 3-10 SUBCONTRACTOR LIST 3-11 NON COLLUSION AFFIDAVIT ........ 3-13 BIDDERS STATEMENT ON PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE 3-14 BUY AMERICAN 3-15 TRADE RESTRICTION CLAUSE . .. . 3-16 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION 49 -CFR PART 29 3-17 AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982 . . 3-17 TERMINATION OF CONTRACT......... . ... .......... 3-18 NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES .................... 3-18 COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT .. 3-19 SECTION 4 — CONTRACT AND RELATED MATERIALS 4-0 CONTRACT 4-1 PERFORMANCE BOND . ... 4-3 PAYMENT BOND . .. . . .. ............. .. 4-5 SECTION 5 — LABOR STANDARDS AND WAGE RATE CONDITIONS 5-0 PREVAILING WAGE RATES DLI (YAKIMA COUNTY) EFFECTIVE 10/03/13...... BENEFIT CODE KEY EFFECTIVE 03-04-13 ..... . . DEPT. OF LABOR & INDUSTRIES SUPPLEMENTAL TO WAGE RATES 08-31-2013 PREVAILING WAGE RATES (FEDERAL) EFFECTIVE 09-06-13 ..... ... ... . SECTION 6 — FAA GENERAL CONDITIONS 6-0 SECTION 10 — DEFINITION OF TERMS 6-2 SECTION 20 — PROPOSAL REQUIREMENTS AND CONDITIONS . 6-6 SECTION 30 — AWARD AND EXECUTION OF CONTRACT . . ..... . 6-10 SECTION 40 — SCOPE OF WORK ... 6-12 SECTION 50 — CONTROL OF WORK. 6-16 SECTION 60 — CONTROL OF MATERIALS . . .. . . .. .. ........ ....... . 6-24 SECTION 70 — LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC . . ...... 6-28 SECTION 80 — PROSECUTION AND PROGRESS 6-35 SECTION 90 — MEASUREMENT AND PAYMENT 6-41 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx SECTION 100 — CONTRACTOR QUALITY CONTROL PROGRAM SECTION 110 — METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) . . SECTION 120 — NUCLEAR GAGES ... . . 6-47 6-53 6-59 SECTION 7 — OWNER'S SUPPLEMENT TO THE FAA GENERAL CONDITIONS 7-0 7.1 - DEFINITIONS.......... . 7-1 7.2 - CONTRACTOR QUALIFICATION .... ... ............ • 7-3 7 3 - PRELIMINARY MATTERS.. . 7-3 7 4 - CONTRACT DOCUMENTS ... .. 7-4 7.6 - AVAILABILITY OF LANDS .. 7-5 7.7 - BONDS AND INSURANCE . 7-6 7.8 - CONTRACTOR'S RESPONSIBILITIES . 7-8 7 9 - WORK BY OTHERS ......... 7-14 7 10 - OWNER'S RESPONSIBILITIES . .. . 7-14 7.11 -ENGINEER'S STATUS DURING CONSTRUCTION ................. 7-15 7.12 -CHANGES IN THE WORK 7-17 7 13 -CHANGE OF CONTRACT PRICE ............. 7-17 7 14 -CHANGE OF THE CONTRACT TIME..... 7-21 7 15 -WARRANTY AND GUARANTEE 7-21 7 16 -PAYMENTS TO CONTRACTOR AND COMPLETION 7-24 7.17 -SUSPENSION OF WORK AND TERMINATION ... 7-28 7.18 -ARBITRATION 7-29 7-19 -MISCELLANEOUS . .. 7-30 7-20 -CONSTRUCTION STAKING BY ENGINEER .. 7-32 7-21 -CONTRACTOR QUALITY CONTROL 7-32 7-22 —SAFETY PLAN COMPLIANCE DOCUMENT ... 7-32 SECTION 8 — FEDERAL CONTRACT CLAUSES 8-0 CIVIL RIGHTS ACT OF 1964, TITLE VI — 49 CFR PART 21 CONTRACTUAL REQUIREMENTS (VERSION 1, 1/5/90) AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 GENERAL CIVIL RIGHTS PROVISIONS (VERSION 2,4/23/90) ....... .. .... 8-2 INSPECTION OF RECORDS —49 CFR PART 18 (VERSION 1, 1/5/90) 8-2 RIGHTS TO INVENTIONS —49 CFR PART 18 (VERSION 1, 1/5/90) . . ............. 8-2 BREACH OF CONTRACT TERMS SANCTIONS —49 CFR PART 18 (VERSION 1, 1/5/90) .. 8-2 DBE REQUIRED STATEMENTS — 49 CFR PART 23 (VERSION 2 4/23/90) . 8-2 DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION .8-5 LETTER OF INTENT .............. 8-6 BIDDERS LIST 8-7 TRADE RESTRICTION CLAUSE — 49 CFR PART 30 (VERSION 1, 1/5/09) 8-8 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION — 49 CFR PART 29 (VERSION 1, 1/5/90) . . . .... . . AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 515 VETERAN'S VOLUNTARY EXCLUSION — 49 CFR PART 29 (VERSION 1, 1/5/90) . . 8-9 PREFERENCE (VERSION 1, 1/5/90)). . .8-9 TERMINATION OF CONTRACT — 49 CFR PART 18 (VERSION 1, 1/5/90). 8-9 CLEAN AIR AND WATER POLLUTION CONTROL REQUIREMENTS (VERSION 2, 4/23/90) . .. . . .. .. 8-9 DAVIS BACON REQUIREMENTS — 29 CFR PART 5 (VERSION 1, 1/5/90) . ... .. 8-10 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT REQUIREMENTS — 29 CFR PART 5 (VERSION 1, 1/5/90) . . .... .............. .... 8-14 EQUAL EMPLOYMENT OPPORTUNITY — 41 CFR PART 60-14(b) (VERSION 1, 1/5/90) .. 8-15 NOTICES TO BE POSTED PER PARAGRAPHS (1) AND (3) OF THE EEO CLAUSE — 41 CFR PART 60-1.4(b) (VERSION 1, 1/5/90) 8-16 NOTICE FOR SOLICITATIONS FOR BIDS .......................... 8-17 NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS . . . .. 8-17 NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES ... .. .. 8-18 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx STANDARD FEDERAL EQUAL OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 60-4.3 8-18 NON -TRAFFICKING CERTIFICATION 8-22 BUY AMERICAN PREFERENCE REQUIREMENT (BAPR) 8-23 BUY AMERICAN CERTIFICATE (JAN 1991) ---.'' . '-'. . ..U'2/ BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) 8-28 BUY AMERICAN PREFERENCE REQUIREMENT 8-29 SECTgNS-TECHNUCALSPECXFUCATIKJNS 9-0 1 GENERAL REQUIREMENTS 9-1 2. MOBILIZATION 9-6 3. AIRPORT SAFETY -TEMPORARY FLAGGING/MARKING/SIGN INC 9-7 4 CONSTRUCTION STAKING. . 9-10 5 PROJECT CLOSEOUT ' 9-13 SECTION 2520 - CONCRETE PAVEMENT REPAIR 9-14 ITEM P-101 - SURFACE PREPARATION 9'16 ITEM P-501 - PORTLAND CEMENT CONCRETE PAVEMENT 9-19 ITEM P-605 - JOINT SEALING FILLER 9-28 ITEM P-820 - RUNWAY AND TAXIWAY PAINTING . 9-30 ITEM P-626 - EMULSIFIED ASPHALT SLURRY SEAL SURFACE TREATMENT. 9-37 SECTION 10- APPENDIX 10-0 FMADVISORY CIRCULAR 15O/537O-2F- FAA AIRPORT GROUND VEHICLE OPERATIONS GUIDE G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project SECTION 1 - INVITATION TO BID INVITATION TO BID Sealed proposals for the Terminal Apron Rehabilitation will be received by the City Clerk at Yakima City Hall, at 129 North Second Street, Yakima, Washington, 98901 until 2.00 p.m. local time on October 3, 2013, at which time the bids will be publicly opened and read aloud at the Yakima City Council Chambers located at 129 North Second Street. Bids shall be addressed to the City Clerk at Yakima City Hall The work includes the following approximate major items: This project consists of rehabilitating the Terminal Apron Ramp by crack sealing and joint stabilization of the existing expansion and control joints. The project will also remove existing asphalt around the perimeter by grinding heaved perimeter asphalt concrete surface and apply an emulsified asphalt coat to seal the existing asphalt pavement surface. The contract time for all schedules of work will be limited to (Q working days with liquidated damages of $1,500 00 per calendar day should the Contractor fail to complete the work within the time allowed Sunday and legal holidays shall be excluded in determining days in default. Contract Documents may be examined at the following locations: Airport Manager's Office, Yakima, Washington Huibregtse, Louman Associates, Inc., (HLA), Yakima, Washington Tri -City Construction Council Yakima Plan Center Contract Documents may be procured at the office of HUIBREGTSE, LOUMAN ASSOCIATES, INC (HLA), 801 North 39th Avenue, Yakima, Washington 98902, (509) 966-7000, upon payment of a $100.00 non-refundable fee for each set. The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Employment Opportunity (EEO) and Federal Labor Provisions. All labor on the project shall be paid no less than the minimum wage rates established by the U S Secretary of Labor Each bidder must supply all the information required by the bid documents and specifications. The EEO requirements, labor provisions, and wage rates are included in the specifications and bid documents. A contractor or subcontractor having 50 or more employees and who may be awarded a contract of $50,000 00 or more will be required to maintain an affirmative action program, the standards for which are contained in the FAA Special Provisions To be eligible for award, each bidder must comply with the affirmative action requirements which are contained in the FAA Special Provisions Each Proposal must be submitted on the prescribed form and accompanied by a certified check or Bid Bond on the form bound within the Contract Documents or one similar, payable to the City of Yakima, in an amount not Tess than five percent (5%) of the amount bid. The successful Bidder will be required to furnish a Performance and Payment Bond, each in the full amount of the contract price. The Owner reserves the right to waive any informality or to reject any or all proposals, or portions thereof, not conforming to the intent and purpose of the contract documents. No Bidder may withdraw his proposal within ninety (90) days after the actual date of the opening thereof. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project, and the Contractor must ensure employees and applicants for employment are not discriminated against because of their race, color, religion, sex, age, or national origin. Sonya Claar Tee City Clerk Publish: September 17, 2013 September 24, 2013 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 1-1 SECTION 2 - INFORMATION TO BIDDERS CITY OF YAKIMA YAKIMA AIR TERMINAL TERMINAL APRON REHABILITATION A.I.P. PROJECT NO. 3-53-0089-33 INFORMATION FOR BIDDERS 1. PREPARATION OF BID In addition to the requirements of Section 20 of the General Conditions, the following shall apply: A. All bids must be submitted on the prescribed forms. Included in these specifications is a complete set of bid forms. These are for the convenience of the bidder and are not to be detached. Separate copies of bid forms are available upon request. Erasures or other changes in the bids must be explained or noted over the signature of the bidder B Bids shall be submitted in sealed envelopes, bearing on the outside, the name of the bidder, his address and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified C No bid will be accepted unless signed by the bidder or his authorized agent. D The proposal form invites bids on definite plans and specifications. Only the amounts and information asked for in the proposal form furnished will be considered as the bid. Each bidder shall bid on the work exactly as specified and as provided in the proposal form. E. Quantities and Unit Prices: The quantities shown in the Bid Proposal are approximate for comparing bids, and no claim shall be made against the OWNER for excess or deficiency therein. Actual or relative payment at the above prices agreed upon will be in full for the completed work and will cover materials, supplies, labor, tools, machinery, and all other expenditures incidental to satisfactory compliance with the contract unless otherwise specifically provided In the event of discrepancy between the prices quoted in the proposal in words and those quoted in figures, the words shall control. The prices are to include the furnishing of all labor, materials, equipment, tools, and all other facilities and the performance of services necessary or proper for the completion of the work, except such as may be otherwise expressly provided in the contract documents. F All labor, equipment, and materials required for the manufacturing and installation of this project shall be incorporated into the bid items as provided in the bid proposal. Payment for general construction items that are not listed in the Bid Proposal, but are shown or required by the Contract Documents, are indicative of the fact that the items of work not listed are considered as incidental to the bid items listed in the Bid Proposal Unless the work to be performed is specifically called out in the Bid Proposal, measurement and payment for such work shall be included in other applicable items of the Bid Proposal. 2. QUALIFICATION OF BIDDER Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents The OWNER reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily in accordance with the OWNER's Supplement to the FAA General Conditions Section 7.2. Only Contractors registered in accordance with the Contractor's Registration Act, RCW 18.27, may bid on this project. The Contractor shall include his registration number in the bid proposal. Prior to contract award, the Contractor that will be performing the joint and crack repair shall be required to submit verifiable evidence of completing similar type work within the past 3 years. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 2-1 3. INTERPRETATIONS No oral interpretation will be made to any bidder as to the meaning of the Specifications, including Drawings Neither the Owner nor the Engineer will be responsible for oral interpretations Every request for such an interpretation shall be made in writing to the Engineer, Huibregtse, Louman Associates, Inc. (HLA), 801 North 39th Avenue, Yakima, Washington 98902 Any inquiry received seven or more days prior to the date fixed for opening of bids will be given consideration. Every interpretation made to a bidder will be in the form of an addendum to the specifications which, if issued, will be on file in the office of the Owner and the office of the Engineer at least three days before the bids are opened. In addition, addenda will be mailed to each bidder, but it shall be the bidder's responsibility to make inquiry as to addenda issued All such addenda shall become part of the Contract and all bidders shall be bound by such addenda, whether or not received by the bidders. 4. TELEGRAPHIC MODIFICATION Any bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids, providing such telegraphic communication is received by the Owner prior to the closing time, and provided further, the Owner is satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time If written confirmation is not received within two days from the closing time, no consideration will be given to the telegraphic modification. Telegraphic modifications shall be addressed to Mr. Robert Peterson, Airport Manager, Yakima Air Terminal, at (509) 575-6149 5. BID SECURITY Each bid must be accompanied by cashier's check, certified check, or a bid bond prepared on the form of bid bond approved, duly executed by the bidder as principal and having as surety thereon a surety company approved by the Owner, in the amount of 5% of the bid. Such checks or bid bonds will be returned promptly after the Owner and the accepted bidder have executed the contract, or if no award has been made within 90 days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid. 6. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT Should the successful bidder fail or refuse to execute and deliver the Contract, insurance certificates, and bonds required within 10 days after he has received notice of the acceptance of his bid, he shall forfeit to the Owner as liquidated damages for such failure, or refusal, the security deposited with his bid. 7. EXAMINATIONS OF SITE AND CONDITIONS OF WORK A. Bidders are encouraged to visit the site of the work, compare the drawings and specifications with facilities in place, and fully inform themselves of all conditions Failure to visit the site will in no way relieve the successful bidder from the necessity of furnishing any material or performing any work which may be required to complete work in accordance with drawings and specifications without additional cost to the Owner. B Bidders are cautioned against unauthorized entry upon operation portions of the Airport. All requests for pre-bid examinations of the site shall be submitted through the Engineer at least seven (7) days prior to the bid opening. C. Bidders must inform themselves of the conditions relating to the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 2-2 8. LAWS AND REGULATIONS The bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the project shall apply to the Contract throughout and they will be deemed to be included in the Contract the same as though herein written out in full. 9. SALES TAX Bidders shall include in their proposals Washington state local sales tax of 8.2 percent on all work items related to the Yakima Air Terminal, Terminal Apron Rehabilitation Project. 10. AWARD OF CONTRACT, REJECTION OF BIDS A. The Owner reserves the right to reject any or all bids and to waive all informalities, claims, or irregularities in the bids or in the bidding No bidder may withdraw his bid after the hour set for the opening thereof or before the award of contract unless the award is delayed for a period exceeding ninety (90) days B. The contract will be awarded to the responsible bidder submitting the lowest total for all bid items and bid schedules selected by the Owner, complying with the plans, specifications, and conditions of the Contract Documents. The bidder to whom the award is made will be notified at the earliest practicable date The Owner reserves the right to reject any and all bids and to waive any informalities in bids received whenever such rejections or waivers are in the interest of the Owner C The Owner also reserves the right to reject the bid of any bidder who has previously failed to perform properly or complete on time, contracts of a similar nature; who is not in a position to perform the Contract; or who has habitually and without just cause neglected the payment of bills or otherwise disregarded his obligations to subcontractors, material vendors, or employees. In determining the lowest responsible bidder, the following elements in addition to those above-mentioned will be considered: whether the business involved 1) maintains a permanent place of business, 2) has adequate equipment available to do the work properly and expeditiously; 3) has suitable financial resources to meet the obligations incidental to the work; and 4) has appropriate technical experience. D The bid schedule shall be independent and stand on its own and include all applicable costs to perform the work within the schedule to include all overhead, profit, administrative, insurance, and bonding costs. E. An award may not be made unless sufficient funding is available. F. The Owner's administrative costs may be used as a factor in the evaluation of bids and determination of award. 11. PERFORMANCE AND PAYMENT BOND, EXECUTION OF CONTRACT A. Subsequent to the award and within ten (10) days after the prescribed forms are presented for signature, the successful bidder shall execute a contract in such number of copies as the Owner may require. B Having satisfied all conditions of award as set forth elsewhere in these documents, the successful bidder shall, within the period specified above, furnish separate 100% performance and payment bonds conditioned that such person shall faithfully perform all the provisions of the Contract and pay all the laborers, mechanics and subcontractors and material vendors and all persons who shall supply such person or persons or subcontractors with supplies for the carrying on of such work. Such bonds shall bear the same date as, or a date subsequent to, the date of the Contract. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 2-3 C. On each such bond, the rate of premium shall be slated together with the total amount of the premium charged The current power of attorney of the person who signs for any surety company shall be attached to such bond. D. The failure of the successful bidder to execute such Contract and to supply the required bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the Owner may grant based upon reasons determined adequate by the Owner, shall constitute a default, and the OWNER may either award the Contract to the next responsible bidder or re -advertise for bids, and may charge against the bidder the difference between the amount of the bid and the amount for which a contract for the work is subsequently executed up to the amount of the Bid Bond. 12. BID REQUIREMENTS FOR A.I.P. CONTRACTS A. Required Notice for All Contracts (1) The bidder must supply all the information required by the proposal forms and specifications (2) The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, as amended, and to the equal opportunity clause; and (3) Each bidder must submit with his bid a "Certification of Non -Segregated Facilities" and a statement entitled "Bidders Statement on Previous Contracts Subject to EEO Clause", as contained in the bid proposal. In addition. a. Contractors receiving federally assisted construction contract awards, which are not exempt from the provisions of the equal opportunity clause, will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. A "Certification of Non -Segregated Facilities" must be submitted prior to award of any such subcontract exceeding $10,000. b Contractors receiving subcontract awards exceeding $10,000, which are not exempt from the provisions of the equal opportunity clause, will be required to provide for the forwarding of this notice to prospective Contractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. (4) When a determination has been made to award a contract or subcontract to a specific Contractor, such Contractor is required, prior to the award or after the award, or both, to furnish such other information as the FAA, the sponsor, or the Director of OFCC requests. (5) Equal Employment Opportunity (EEO) and labor provisions, when applicable, are included in the bidding documents and are available for inspection at the airport office (6) Contractors and subcontractors may satisfy EEO requirements of paragraph 2 of the EEO contract clause by stating in all solicitations or advertisements for employees that: "All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin." Or, by using a single advertisement in which appears in clearly distinguished type, the phrase. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 2-4 "An Equal Opportunity Employer." (7) By operation of the Order, the Notice of Requirement for Affirmative Action to Insure Equal Opportunity (Executive Order 11246), and the Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) shall be deemed to be a part of this solicitation and of every contract and subcontract, as appropriate, required by the Order and regulations B Required Notice for Contractors with 25 or More Employees and a: (1) A Contractor having 25 or more employees and first tier subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more will, within 120 days from contract commencement, be required to develop a written affirmative action compliance program for each of its establishments (state and local governments are exempt). (2) Within 30 days after award of this contract, the Contractor shall file a compliance report (SF 100) if the CONTRACTOR has not submitted a complete compliance report within 12 months preceding the date of award. (3) State and local governments are exempt from the requirements of filing the annual compliance report (SF 100) (4) The Contractor shall require the subcontractor on any first tier subcontracts, irrespective of dollar amount to file an SF 100 within 30 days after award of the subcontract if the above three conditions apply An SF 100 will be furnished upon request. The SF 100 is normally furnished to Contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a Contractor has not received the form, he may obtain it by writing to the following address. Joint Reporting Committee 1800 G Street Washington, D C. 20506 C Required Notice for Contracts in Excess of $100,000 (1) Each bidder must submit with his bid a bid guarantee equivalent to 5% of the bid price The bid guarantee shall be in the form of a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required within the time specified. 13. SUBCONTRACTORS The bidders are required to list the name and address of its major subcontractors proposed to be employed. Prior to any subcontractor, regardless of tier, performing work on the project, the following information shall be submitted for each by the Contractor. (1) Contractor's Registration Number in accordance with the Contractor's Registration Act, RCW 18.27; (2) Contractor's UBI Number; (3) Contractor's Washington State Department Revenue Tax Identification Number; (4) Contractor's Washington State Department of Labor and Industries Number; G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 2-5 In addition, the Contractor shall verify that the subcontractor is currently not on the Federal Suspension and Debarment list. 14. INSURANCE REQUIREMENTS The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48 05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the Contract until the date of acceptance by the Owner. 1. Owner and Contractors Protective Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and is the aggregate for each policy period, written on Insurance Services Office (ISO) from CG0009 together with Washington State Department of Transportation Amendatory Endorsements N. CG 29 08, specifying the following as named insureds. • The Contracting Agency and its officers, elected officials, employees, agents, and volunteers; • City of Yakima, its employees, agents, elected and appointed officials; • Huibregtse, Louman Associates, Inc. (HLA) The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent of otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor describes limits lower than those maintained by the Contractor. The Contractor may choose to terminate this insurance after the date of substantial completion as determined by the Engineer or, should substantial completion not be achieved, after the date of physical completion as determined by the Engineer. In the event the Contractor elects to terminate this coverage, prior to acceptance of the contract, the Contractor shall first obtain an endorsement of the Commercial General Liability Insurance described below that established the Contracting Agency on that policy as and additional insured. 2. Commercial General Liability Insurance written ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000. Products and completed operations coverage shall be provided for a period of one year following final acceptance of the work. 3. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $1,000,000 each occurrence with the Owner named as an additional insured in connection with the Contractor's Performance of the contract. The Owner's and Contractors Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain such provisions. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. However in no event shall any provision for a deductible provide for a deductible in excess of $50,000 Prior to contract execution, the Contractor shall file with the Owner ACORD Form Certificates of Insurance evidencing the minimum insurance coverage's required under these specifications. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 45 days prior written notice to the Contracting Agency of any cancellation or reduction of coverage. All insurance coverage required by this section shall be written and G:\PROJECTS\2011 \11050\Specs12013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 2-6 provided by "occurrence -based" policy forms rather than by "claims made" forms. The Certificate shall not contain the following or similar wording regarding cancellation notification: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives." Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the Contracting Agency may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit contract prices and no additional payment will be made The Contractor shall be responsible for all acts and omissions of his sub -contractors. 15. PHASED CONSTRUCTION Depending on the schedules of work selected by the Owner, apron construction will be completed in phases; Phase 1 (Schedule A) and Phase 2 (Schedule B). The OWNER will consider modifications to the phasing if such modifications can be shown to expedite the project and not impose any greater inconveniences to the commercial airlines and passengers. 16. BID SCHEDULE City of Yakima, Yakima Air Terminal, A.I.P. 3-53-0089-33, Terminal Apron Rehabilitation The Contractor's Bid Proposal shall include his bid to complete all work identified on the plans and specifications of the schedule of Bid Items and Prices The Bid Schedule of Items and Prices includes. Schedule A. Schedule B: Phase 1 (West Ramp) Phase 2 (East Ramp) 17. TIME OF COMPLETION The Work under the contract shall be substantially complete within the time frame as follows: Schedule A and Schedule B 30 working days 18. LIQUIDATED DAMAGES The Contractor agrees to pay, as liquidated damages, the sum of $1,500 00 for each consecutive working day thereafter that the Work remains uncompleted for all schedules. 19. CONTRACTOR QUALITY CONTROL PROGRAM The Contractor is directed to the FAA General Conditions and Construction Management Plan which require a detailed and stringent quality control plan, program, and testing process. This program is to be accomplished independently of the Owners/Engineers Quality Assurance Requirements. 20. AIRPORT OPERATIONS The Yakima Air Terminal is a continuous operations airport consisting of scheduled arrival and departures of both commercial and freight aircraft and unscheduled take -offs and arrivals of general G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 2-7 aviation aircraft. The Contractor shall comply with strict safety and communication requirements shown in the Plans and Specifications, and as directed by the Owner. Unless otherwise authorized by the Owner, the Contractor shall confine its operations to the immediate boundaries of the project limits. 21. PROJECT ACCESS Access to the work area shall be from gates to be designated by the Owner Access into the site other than those designated shall be prohibited unless approved by the Owner. The Contractor shall provide and post full time gate guard(s) during working hours at all access points requiring opening of airport security fencing and gates. The Contractor shall be solely responsible for, and bear all costs associated with the maintenance and dust control of access roads during construction. 22. WAGE RATES This project includes Federal funds and is subject to the provisions of the Washington State Public Works Law and the Federal Davis -Bacon and related acts. The Contractor and every subcontractor on the project must pay the higher of the Federal prevailing wage rates or the Washington State prevailing wage rates for the project. The performance of any part of this contract shall be in accordance with the provisions of Chapter 39 12 RCW and to RCW 4 as amended and the Federal requirements outlined in Section 4, Federal Contract Clauses, included in this specification The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where the contract will be performed are as determined by the Industrial Statistician of the Department of Labor and Industries. Federal Davis -Bacon and State of Washington Department of Labor Wage Rates are applicable for this project. Inasmuch as the Contractor will be held responsible for paying the prevailing wages, it is imperative that all Contractors familiarize themselves with the current wage rates before submitting Bids based on these specifications Bidders shall include in the bid any filing fees required to comply with the applicable labor laws. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties of interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and binding on all parties involved in the dispute as provided for by RCW 39.12.060, as amended. 23. COOPERATION WITH OTHER CONTRACTORS It is anticipated that no other contracted work will be occurring within the project site during the construction of the Terminal Apron Rehabilitation project. 24. PERMITS AND FEES The Contractor shall be responsible for all associated costs for permits required for the construction of the project. 25. BUY AMERICAN -STEEL AND MANUFACTURED PRODUCTS (JANUARY 1991) A. The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufacturer products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Programs. The following terms apply: G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 2-8 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs B 1 or B.2 shall be treated as domestic. 2. Components. As used in this clause, components mean those articles, materials, and supplies incorporated directly into steel and manufactured products 3 Cost of components. This means the costs for production of the components, exclusive of final assembly labor costs B. The successful bidder will be required to deliver only domestic steel and manufactured products, except: 1. That the U.S Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; 2. That the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or 3. That inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. END OF SECTION 2 G\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 2-9 SECTION 3 - BID PACKAGE BIDDERS CHECKLIST This checklist has been prepared and furnished to aid Bidders in including all necessary supporting information with their bid Bidders' submittals shall include, but are not limited to, the following: Checked 1. Proposal (BID) Fully Executed 2. Bidder's Bond or other Security (5%) 3 Power of Attorney for surety's Agent to execute Bidder's Bond 4 Acknowledgment of Addenda (on Proposal) 5 Disadvantaged Business Enterprise Participation 6 Letter of Intent (DBE Utilization) 7 Surety 8. Bidders List 9 Subcontractor List 10 Non -Collusion Affidavit 1 ✓. 1 11. Evidence of competency and evidence of financial ✓ responsibility, as per Section 20-02 of the General Provisions Bidder's Statement on previous contracts subject to EEO clause. 12 Buy American Certificate ✓ 13 E -Verify ./ G:\PROJECTS12011111050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 3-1 Cage 19 Bidder's Checklist Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale PROPOSAL BIDDER'S DECLARATION The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this proposal are those named herein, that this proposal is, in all respects, fair and without fraud, that itis made without collusion with any official of the Owner, and that the proposal is made without any connec- tion or collusion with any person making another proposal on this contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this proposal is made according to the provisions and under the terms of the Contract Documents, which documents are hereby made a part of this proposal. The Bidder further declares that the provisions required pertaining to prevailing wage rates shall be included in his contract and will be complied with. Certified weekly payrolls will be delivered to the Engineer on a weekly basis The Bidder further agrees that he has exercised his own judgment regarding the interpretation of subsurface information and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his conclusions. AWARD OF THE CONTRACT The bidder shall submit bids for all bid schedules and all bid items to be considered as a responsive bidder. The apparent low bidder will be determined based on the combined total of all bid items and bid schedules selected by the contracted agency The selection of bid schedules and bid items shall be at the sole discretion of the contracting agency and in the best interest of the Yakima Air Terminal. The contract will be awarded on the basis of the total of all bid schedules and bid items accepted by the Contracting Agency CONTRACT EXECUTION. The Bidder agrees that if this proposal is accepted, he will, within ten (10) days, not including Sundays and legal holidays, after notice of award, sign the contract in the form annexed hereto, and will at that time deliver to the Owner the "Performance Bond," "Payment Bond," and the "Certificate of Insurance" required herein and will, to the extent of his proposal, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete the work in the manner, in the time, and according to the methods specified in the Contract Documents and required by the Engineer hereunder. In the event that the Bidder shall fail to enter into a contract within such time, then the bid security in the amount of 5% of the amount bid, deposited herewith, shall be retained by the Owner and it is agreed that said sum is a fair measure of the amount of damage that the Owner will sustain because of such failure to enter into a contract. CONSTRUCTION TIME LIMITS The Bidder agrees to begin work within ten (10) calendar days after the date of the Owner's written notice to proceed and to complete all construction work within the time frames set forth in the Contract after the date of the Owner's written notice to proceed. G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 3-2 "age 20 Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa com - Always Verify Scale LIQUIDATED DAMAGES In the event the Bidder is awarded the contract and shall fail to complete the work within the time limit or extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid to the Owner at the rate of $1,500 00 per calendar day for all work awarded under the contract until the work shall have been finished as provided by the Contract Documents. Sundays and legal holidays shall be excluded in determining days in default. SUBCONTRACTORS The Bidder will list all proposed subcontractors by their proper corporate name, and the portion of the work the subcontractor intends to perform, in the spaces provided below The Owner reserves the right to reject any subcontractor that the Owner deems unfit for the scope of the work proposed Subcontractor Work Item to be Performed 1. Spnr\;G (.pnSt-ruc1-4D hi -erns '3,'fS(o,ars berth Sckeclut ) 2. C h; Llr. c*A{i leackeS /COKT F Icuo h % CZ -terns st 1 a-cA 2 on Loth h Av t 5 3 4 5 UNIT PRICES. The undersigned, having carefully examined the Project Specifications, Drawings, Schedules, and other documents; having visited and examined the conditions at the project site, being familiar with all of the conditions relating to the work of the proposed project, including the availability of materials and labor, hereby proposes to undertake and complete the entire project in accordance with these Contract Documents including furnishing all labor, materials, and equipment required in connection with or incidental to the completion of the Terminal Apron Rehabilitation project, complete in place, and in full working order, for the following lump sum and/or unit prices. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 3-3 Cage 21 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa com - Always Verify Scale 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BID PROPOSAL CITY OF YAKIMA YAKIMA AIR TERMINAL TERMINAL APRON REHABILITATION NO. -3-53-0089=33 HLA PROJECT NO. 11050 (NOTE: .Unit prices for all iterna„ all ektenaioria, and total amount Of 'bid riiiut b' howh. Any Chan -4e/Cor'reCtiori to the bid ftistbe initialed bOtie signer df the bid, iii:aecbrdarte with 'SeCtiOri'20417.) ITEM NO. ,.. ITEM DESCRIPTION UNIT '',] • QUANT. • , I .UNIT PRICE AMOUNT, , DOLLARS, CS DOLLARS - 'OT.. BID SCHEDULE A ,-:Phi6e, 1 (WettRanip) _ 1 Mobilization LS 1 X, ,- i = . S32 teitipOrpN FrabgiOd, Marking and , LS 1 X J;:',Jsi6,: _ . • = 2c:i' odo.°._.. '3 Concrete Surface Repair "$F .c1 X. 2 = 10i0.06''' 4 ._ JOint'and Crack'RePairo P-101 1 -Inch . ,. _ . Miriu,s. LF Jg _ '6- JoinfOnd"Cfack Repair; PJi101 1,1nontO 24nth LF 10,150 X,'coo j 7 ' 6 Joint:0d crabk:Retiailf, R-li.01.2•1Q-InCh• to 4=inah LF 135 X: I 1/ 6,5 i . 7- Ili -1%57a' 7 Riinway and TaxiWay Painting, 1:).620 SF 1,23,0 XJ 6; 8 jEmyl jaified Asphalt•Slurry Seal, P_4826 ' Ton 2 X Todety3,. ol's 7 we 0 08,63> SUBTOTAL BID,SCHEDULE k WASHINT.ON STATE SALES TAX 8.1%. 23, 4513'1 --- BID SCHEDULE A TOTAL 2$11.1'155-j BID•SCHEDULE:B4 FhaseI(Ea*t,Ramr.i) _ , , _.. . . 1 ;Nle3:iiliatig0- LS 1 ?(:' •T• - = 2 TerinParary Flagging Marking and Signing „ ._ j j j _ :LS 1 X 1 .-+-- 1 _ - 75, DCP•e° 3" 09.007Ptq8utfaq0 Repair .. . _,. _._, ._......_._. _ SF c''..._._ X , ' at.e° . 7'.. -4 ,JOintnd Crack.RePair,P=1.01 1 -Inch Minus. ..i LF 725 XI it. eo ' 1 =: ' 1,915:!7`!_ JOintand Ol'aCkiRepair,JP41:01 1-Inch-tb 2 -Inch . . LF 8100, X it. op = ity,100,o, , j ''" ' JJojeit.Jand'OraCkRePair,'R-1:0-1 2,104Inch to-44Ch. ' LF' 1 920 ' -X • • ' po : //. -- - r '''' ill ig-0.‘7° 7 JiRpnway, and -Taxiway Painting, 0;620 SF 1..,006 .x s.ix, 8 .. Emulsified Asphalt Slurry Seal, p=0.26 Ton 2 X -5b CC:4 ' •c) ' ' - (1az SUBTOTAL BID,SCHEDULE.13'. 2.71.4:4670° - • • - , „, , WASHINGTON STATE SALES TAX'8.'?% 21,2-nr,ciq BID SCHEDULE•BTOTAL 29'5,111,99 TOTAL SCHEDULEA'and a: S3,1.11:34 \11 050 \ Spc0?01M911 :Spec Terminbl ?kp'rOn Rehatillitatla`ri Pitiject.S06c1flcations:cloai ADDENDUM NO. 1 lage 3 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa.com - Always Verify Scale PROPOSAL CITY OF YAKIMA YAKIMA AIR TERMINAL TERMINAL APRON REHABILITATION AIP Project No 3-53-0089-33 The Bidder is hereby advised that by signature of this proposal, he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto* CASHIER'S CHECK ❑ CERTIFIED CHECK D PROPOSAL BOND SIGNAT OF HORIZED OFFICIALS IN THE AMOUNT OF DOLLARS ($ ) PAYABLE TO THE STATE TREASURER IN THE AMOUNT OF 5% OF THE BID PRINTED NAME AND TITLE Mari. priL42/Pres iden E SUBMITTED ON (DATE)' /0/2.(21)13 MAILING ADDRESS 11095indusdrrial v.tc4.4 aku1te.A,T Ntcykr,,CY..970(02 TELEPHONE. (sot •44 s -ayes) STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER. SrEC2PMU®O'BCQ FEDERAL ID NO 9 r -I 5, FAX NO ' Nut) 5%2-&(ra9 ACKNOWLEDGE ADDENDA. f G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 3-5 "age 23 Proposal / Bidder's Declaration Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale BID BOND KNOW ALL MEN BY THESE PRESENTS, that Specialized Pavement Marking, Inc. hereinafter called the PRINCIPAL, and Fidelity and Deposit Company of Maryland , a corporation duly organized under the laws of the State of Maryland , having its principal place of business at Baltimore , in the State of Maryland , and authorized to do business in the State of Washington, as SURETY, are held and firmly bound unto the YAKIMA AIR TERMINAL, an agency of the City of Yakima hereinafter called the OBLIGEE, in the penal sum of Five Percent of Total Amount Bid *** dollars ($ 5%*** ), for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS BOND ARE SUCH that, whereas the PRINCIPAL herein is herewith submitting his or its bid proposal for Yakima Air Terminal Improvement Project, TERMINAL APRON REHABILITATION, said bid proposal, by reference thereto, being hereby made a part hereof NOW, THEREFORE, if the said bid proposal submitted by the said PRINCIPAL be accepted, and the contract be awarded to said PRINCIPAL, and if the said PRINCIPAL shall execute the proposed contract and shall furnish such performance and payment bonds as required by the bidding and Contract Documents within the time fixed by said documents, then this obligation shall be void; if the PRINCIPAL shall fail to execute the proposed contract and furnish said bond, the SURETY hereby agrees to pay to the OBLIGEE the penal sum as liquidated damages, Signed and sealed this 3rdday of October , 2013. Specialized Pavement Marking, Inc. Principal By Surety By Attorney -in -Fact Fidelity and Deposit Company of Maryland om. Vicki Mather, Attorney -in -Fact (A certified copy of the agent's power-of-attorney must be attached hereto ) G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Protect Speclfications.docx 3-6 Page 24 Bid Bond Provided to Builders Exchange of WA, Inc, For usage Conditions Agreement see www.bxwa com - Always Verify Scale ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GEOFFREY DELISIO, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint J. Patrick DOONEY, Richard W. KOWALSKI, Joel DIETZMAN, Brent OLSON, James P. DOONEY, Karen A. PIERCE, Gloria BRUNING, Vicki MATHER, John D. KLUMP and Tami Lee PIEPER-JONES, all of Portland, Oregon, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 24th day of June, A.D 2013. Assistant Secretary Gerald F Haley ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND Vice President Geoffrey Delisio State of Maryland City of Baltimore On this 24th day of June, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, GEOFFREY DELISIO, Vice President, and GERALD F. HALEY, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. POA -F 180-7308C 1,1(rly:':�y� 9)1-0--- , .c , Maria D Adamski, Notary Public My Commission Expires: July 8, 2015 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998 RESOLVED. "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney .Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 RESOLVED- "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing; upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN STIMONY WH REOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this ay of Q , 20 Thomas O. McClellan, Vice President 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10/3/13 }t Search > FIDELITY & DEPOSIT COMPANY OF MARYLAND www.i nsurance.wa.g ov/consumertool Iat/Company/CompanyProfi Ie.asp (?WAOIC=442 FIDELITY & DEPOSIT COMPANY OF MARYLAND General 1 cyntact 1 Li,censin,g_ 1 Appyintrnents 1 Complaints 1 Orders 1 National Info 1 Ratings General information Name: FIDELITY & DEPOSIT COMPANY OF MARYLAND Corporate family group: ZURICH INS GRP What s tba" Organization type: PROPERTY WAOIC: 442 NAIC: 39306 Status: ACTIVE Admitted date: 07/27/1895 Ownership type: STOCK rack t� tn, Back to Searchl Contact information Registered address 600 Red Brook Blvd Owings Mills, MD 21211 Telephone 410-539-0800 Types of coverage authorized to sell Insurance types Casualty Marine Ocean Marine Property Surety Vehicle back to top What Is ak•i Mailing address 1400 AMERICAN LN,TWR 1, 19TH F SCHAUMBURG, IL 60196-1056 Telephone 410-539-0800 Agents and agencies that represent this company (Appointments) vvatisths, View agents ^bs,kt?t9P View agencies, Company complaint history [View complaints ^ pack, to tnp �f�i,cat 1 Disciplinary orders 2008-2013 1 1 No disciplinary orders are found s this? LNh3t Is 1h s? Looking for other orders? Our online orders search allows you to search enforcement orders, administrative orders, and general orders. ^<,ac to top www.insurance.wa.g ov/consumertoolldt/Company/CompanyProfi I e.asp?WAOIC=442 a ten year history of all orders, including 1/2 103/13 www. inouranoo^wa.gmiconuumorton National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. ^!m��t9v Ratings �~����������'�A ������'���'���� ^~x financial ~'-' -'��-- ' --'- - The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratinys Standard and Poor'sCngp Moody'sInvestors Service Fitch IBCA, Duff and Phelps Ratings Listing of Certified Companies: Surety Bonds: Programs and Systems: Financial Management Service FEDERATED MUTUAL INSURANCE COMPANY (NAIC #13935) BUSINESS ADDRESS: 121 EAST PARK SQUARE, OWATONNA, MN 55060. PHONE: (507) 455- 5200. UNDERWRITING LIMITATION b/: $236,544,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, N , H, , NY, N ► • • H, OK, OR, P • , 1 TN, TX, UT, VT, VA, WA, WY. INCORPO I IN: Minneso Fidelity and Deposit Company of Maryland (NAIC #39306) BUSINESS ADDRESS: 1400 AMERICAN LANE, TOWER I, 18TH FLOOR, SCHAUMBURG, IL 60196 - 1056. PHONE: (847) 605-6000. UNDERWRITING LIMITATION b/: $16,058,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI- V, WI, WY. INCORPORATED IN: Maryland. FIDEL , - SURANCE COMPANY : 35386) BUSINESS ADDRESS: 385 Washington Street, St. Paul, MN 55102. P' • ' : (651) 310-7911. UNDERWRITING LIMITATION b/: $1,926,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Iowa. Fidelity and Guaranty Insurance Underwriters, Inc. (NAIC #25879) BUSINESS ADDRESS: 385 Washington Street, St. Paul, MN 55102. PHONE: (651) 310-7911. UNDERWRITING LIMITATION b/: $9,921,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Wisconsin. Fidelity National Property and Casualty Insurance Company (NAIC #16578) BUSINESS ADDRESS: P. 0. Box 45126, Jacksonville, FL 32232 - 5126. PHONE• (800) 849- 6140. UNDERWRITING LIMITATION b/: $10,461,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CO, CT, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: New York. Financial Casualty & Surety, Inc. (NAIC #35009) BUSINESS ADDRESS: 3131 Eastside, Suite 600, Houston, TX 77098. PHONE: (800) 392- 1604. UNDERWRITING LIMITATION b/: $1,200,000. SURETY LICENSES c,f/: AZ, CA, CT, DE, FL, ID, IN, IA, KS, LA, MD, MI, MN, MS, MT, NV, NJ, NY, NC, ND, OH, PA, SC, TN, TX, UT, VT, WA, WV. INCORPORATED IN: Texas. Financial Pacific Insurance Company (NAIC #31453) BUSINESS ADDRESS: P.O. BOX 73909, CEDAR RAPIDS, IA 52407 - 3909. PHONE: (319) 399- 5700. UNDERWRITING LIMITATION b/: $8,438,000. SURETY LICENSES c,f/: AK, AZ, AR, CA, CO, ID, KS, MO, MT, NE, NV, NM, ND, OK, OR, SD, UT, WA, WI. INCORPORATED IN: California. Fireman's Fund Insurance Company (NAIC #21873) BUSINESS ADDRESS: 777 San Marin Drive, Novato, CA 94998. PHONE: (415) 899-2000. UNDERWRITING LIMITATION b/• $244,098,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN: California. First Founders Assurance Company (NAIC #12150) BUSINESS ADDRESS: 6 Mill Ridge Lane, Chester, NJ 07930 - 2486. PHONE: (908) 879-0990. UNDERWRITING LIMITATION b/: $341,000. SURETY LICENSES c,f/: NJ. INCORPORATED IN: New Jersey. First Insurance Company of Hawaii, Ltd. (NAIC #41742) BUSINESS ADDRESS: P.O. Box 2866, Honolulu, HI 96803. PHONE: (808) 527-7777. UNDERWRITING LIMITATION b/: $28,690,000. SURETY LICENSES c,f/: GU, HI. INCORPORATED IN: Hawaii. First Liberty Insurance Corporation (The) (NAIC #33588) BUSINESS ADDRESS' 2815 Forbs Avenue, Suite 200, Hoffman Estates, IL 60192. PHONE• (617) 357-9500. UNDERWRITING LIMITATION b/: $2,091,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN: Illinois. First National Insurance Company of America (NAIC #24724) BUSINESS ADDRESS: 62 Maple Avenue, Keene, NH 03431. PHONE: (617) 357-9500. UNDERWRITING LIMITATION b/: $4,847,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, vwwu.fms.treas.g ov/c570/c570_a-z.html 9/25 CITY OF YAKIMA YAKIMA AIR TERMINAL TERMINAL APRON REHABILITATION A.I.P. PROJECT NO. 3-53-0089-33 DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION Policy' It is the policy of the Department of Transportation (DOT) that Disadvantaged Business Enterprises (DBE's) as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this agreement. DBE Obligation: The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment: The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from the recipient. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the recipient. This clause applies to both DBE and non -DBE subcontractors Disadvantaged Business Enterprise Utilization. The undersigned has satisfied the requirements of the specifications in the following manner (please check the appropriate space). ✓ The Bidder is committed to a minimum of 4.30% DBE utilization on this project. The Bidder (if unable to meet the goal of 4.30% DBE is committed to a minimum of _% DBE utilization on this project and has submitted documentation showing good faith effort. Contractor' SEGt•. zee.A. Ma,rk.ir ,'uric.. By. Pres i clank - Signature Title Address. ItOci5st.)-Znaosb-rtt,,tSuite Ai'T1)c4.1&-{M, 0R 11'104Z Phone Number: (5t53) Zip Code: 9701a 2 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 3-7 Itage 25 Disadvantaged Business Enterprise Participation Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa com - Always Verify Scale LETTER OF INTENT Name of Bidder's Firm: S pest -41;491:4 e u M frla,r64n917�C. Bidder's Address: 1109 ?r•,,1 E r ( LJett, so .% A City* Tualo, l 1v\ State. Ofeen n Zip: e r7()4 2 - Telephone Telephone (Including Area Code). ( 563 ) % -OH 2O Name of DBE Firm. (-ca .+ Ft J 6n C C7t3G', D5102113( ) Address: 2"711 5t. M;ILkt.uk: e - Avenue City: Por iov k State: Drerisn Zip' 91202 Telephone (Including Area Code) (SD3 ) (el -(i5' Co Description of work to be performed by DBE Firm: M66; (;z1 -t-' (vela -r Fitagg;ru Mar tnc av+e)► sigh)rx� Bidder intends to utilize the above-named disadvantaged firm for the work described above The estimated amount of work is valued at $ 2"i3C93. If the above-named bidder is not determined to be the successful bidder, the Letter of Intent shall be null and void. (Copy this page for each minority subcontractor ) G \PROJECTS\2011\11050\Specs12013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 3-8 Cage 26 Letter of Intent Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Verify Workers' Comp Premium Status - Employer Liability Certificate , Page 1 of 1 Washington State Department of Labor and Industries Department of Labor and Industries Employer Liability Certificate Date: 10/14/2013 Employer Liability Certificate UBI #: 602 758 788 Legal Business Name: CHICK OF ALL TRADES LLC Account #: 141,747-00 Doing Business As' Name: CHICK OF ALL TRADES LLC Estimated Workers Reported: Quarter 3 of Year 2013 "0" Workers (See Description Below) Workers' Comp Premium Status: Account is current. Firm has voluntarily reported and paid their premiums. Licensed Contractor? Yes License: CHICKAT920OQ Expire Date: 9/18/2014 Account Representative: T4 / (360)902-4817 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.16.190). https://fortress.wa.gov/lni/crpsi/AcctInfoPrint.aspx?AccountId=14174700&AccountMana... 10/14/2013 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Contractors or Tradespeople Printer Friendly Page General/Specialty Contractor A business registered as a construction contractor with LaI to perform construction work within the scope of its specialty. A General or Specialty construction Contractor must maintain a surety bond or assignment of account and carry general liability insurance. Business and Licensing Information Name Phone Address Suite/Apt. City State Zip County Business Type Parent Company CHICK OF ALL TRADES LLC 5034676386 2711 Se Milwaukie Ave Portland OR 97202 Out Of State Limited Liability Company UBI No. 602758788 Status Active License No. CHICKAT9200Q License Type Construction Contractor Effective Date 9/18/2008 Expiration Date 9/18/2014 Suspend Date Specialty 1 General Specialty 2 Unused Business Owner Information Name Role Effective Date Expiration Date SOLOZANO, VALERIE JACQUELINE Partner/Member 09/18/2008 Bond Information Page 1 of 1 Bond Bond Company Name Bond Account Number Effective Date Expiration Date Cancel Date Impaired Date Bond Amount Received Date 1 American Contractors Indem CO 100054485 09/17/2008 Until Cancelled $12,000.00 09/18/2008 Assignment of Savings Information No records found for the previous 6 year period Insurance Information Insurance Company Name Policy Number Effective Date Expiration Date Cancel Date Impaired Date Amount Received Date 4 Starr Surplus Lines Insurance SLPGGL0112300 09/30/2011 09/30/2014 $2,000,000.0009/16/2013 3 Western National Assur Co CPP101442002 09/17/2011 09/17/2012 $1,000,000.0009/15/2011 2 WESTERN NATIONAL ASSUR CO CPP101442000 09/17/2009 09/17/2011 $1,000,000.0009/15/2010 1 Montpelier RE Holdings MP003600100000809/17/2008 09/17/2009 06/11/2009 $1,000,000.0009/18/2008 Summons/Complaint Information No unsatisfied complaints on file within prior 6 year period Warrant Information No unsatisfied warrants on file within prior 6 year period Infractions/Citations Information No records found for the previous 6 year period https://fortress.wa.gov/lni/bbip/Print.aspx 10/14/2013 SAM Search Results List of records matching your search for : Search Term : c.o.a.t.* Record Status: Active No Search Results Search C. 0.A T. 't O -e\oarrnevl+ October 14, 2013 4:03 PM Page 1 of 1 111111 E S 1— NE MS MN= NM N--- U--- r c ec c\n - ChM ck-)' SAM Search Results List of records matching your search for : Search Term : Chick* Record Status: Active EXCLUSION Chick Arthur Little Status:Active DUNS: CAGE Code: Classification: Individual Address: City Elk City State/Province: OKLAHOMA ZIP Code: 73644 Country UNITED STATES Excluding Agency ENVIRONMENTAL PROTECTION AGENCY Activation Date: Jan 10, 2008 Termination Date. -- EXCLUSION John M Chick Status:Active DUNS: CAGE Code: Classification: Individual Address: City. State/Province: null ZIP Code: Country UNITED STATES Excluding Agency ENVIRONMENTAL PROTECTION AGENCY Activation Date: Apr 21, 2009 Termination Date: Apr 20, 2014 Status:Active [EXCLUSION ' STEPHEN THOMAS -KENT CHICK Status:Active DUNS: CAGE Code: Classification: Individual Address: City BOONVILLE State/Province: CALIFORNIA ZIP Code: 95415 Country. null Excluding Agency HEALTH AND HUMAN SERVICES, DEPARTMENT OF Activation Date Dec 20, 2012 Termination Date. -- Has Active Exclusion?. No Delinquent Federal Debt? No Address: 4751/2 CHICK ST City COLBY State/Province: KANSAS ZIP Code: 67701-0000 Country UNITED STATES ENTITY CHICK FIL A EASTPOINT 2222 Status:In Progress DUNS• 030689252 +4 CAGE Code: DoDAAC: Has Active Exclusion? No Delinquent Federal Debt?. No Address: 7907 EASTERN AVE City BALTIMORE State/Province: MARYLAND ZIP Code: 21224-2141 Country UNITED STATES October 14, 2013 4:02 PM Page 1 of 3 October 14, 2013 4:02 PM Page 2 of3 Status:Active [ENTITY CHICK-FIL-A DUNS. 802321380 +4 CAGE Code: 4C3Q1 DoDAAC. Has Active Exclusion?. No Delinquent Federal Debt?• No Address: 1710 BRIARGATE BLVD #456 City COLORADO SPRINGS State/Province: COLORADO ZIP Code: 80920-0000 Country UNITED STATES Status:Active ENTITY OPTIONS DOMESTIC AND SEXUAL VIOLENCE SERVICES, INC DUNS: 829904742 +4 CAGE Code: 5GNN7 DoDAAC: Has Active Exclusion?. No Delinquent Federal Debt? No Address: 4751/2 CHICK ST City COLBY State/Province: KANSAS ZIP Code: 67701-0000 Country UNITED STATES Status:Active ENTITY KICKAPOO TRADITIONAL TRIBE OF TEXAS DUNS: 621056100 +4 CAGE Code: 44W14 DoDAAC. Has Active Exclusion? No Delinquent Federal Debt?. No Address: 162 CHICK KAZEN RD City EAGLE PASS State/Province: TEXAS ZIP Code: 78852-0000 Country UNITED STATES Status:In Progress ENTITY RUNNING CHICK GIFTS, LLC DUNS: 029621346 +4 CAGE Code: DoDAAC: Has Active Exclusion? No Delinquent Federal Debt?. No Address: 3840 E SEMORAN BLVD City APOPKA State/Province: FLORIDA ZIP Code: 32703-6197 Country UNITED STATES Status:Active ENTITY Young Sawmill Inc DUNS. 062978994 +4 CAGE Code: 3FR55 DoDAAC: Has Active Exclusion? No Delinquent Federal Debt? No Address: 449 Chick Rd City Beaver Dam State/Province: KENTUCKY ZIP Code. 42320-9521 Country' UNITED STATES October 14, 2013 4:02 PM Page 2 of3 October 14, 2013 4.02 PM Page 3 of 3 111111-11111111 --:7:1111111 111111 111111 OM NEI INS NM NM UN all NM 111111 IMO NM 111111 Status:Active ENTITY SPECIALIZED CONCRETE CONSTRUCTORS, INC DUNS: 105507813 +4 CAGE Code: 5PMM6 DoDAAC: Has Active Exclusion?. No Delinquent Federal Debt?. No Address: 232 CHICK LN City. LITTLE ROCK State/Province: ARKANSAS ZIP Code: 72206-9061 Country- UNITED STATES Status:Active ENTITY ]CHICK MACHINE COMPANY, INC. DUNS: 059085308 +4 CAGE Code: 5HGF6 DoDAAC: Has Active Exclusion?. No Delinquent Federal Debt?. No Address: 118 CHICK LN City BUTLER State/Province: PENNSYLVANIA ZIP Code: 16002-9014 Country: UNITED STATES October 14, 2013 4.02 PM Page 3 of 3 111111-11111111 --:7:1111111 111111 111111 OM NEI INS NM NM UN all NM 111111 IMO NM 111111 1 s NU s NM NM I— NS NM an N I MN EN 1 En— r Department of Labor and Industries Prevailing Wage Section Contractors Not Allowed to Bid on Public Works Projects Updated: September 17, 2013 Borders Painting & Wallcovering, LLC 602236343 BORDEPC006QL Rose Duvall John Borders James Border Debarred Until Penalties & Wages Paid 39 12.065 5/6/2009 - Yes Yes Bourke Construction, Inc. 602737470 BOURKCI935L5 Matthew Bourke Debarred Until Penalties Paid 39 12.050 8/19/2009 - Yes No Brian Keith Sprague Brian Keith Sprague Debarred Until Penalties Paid 39.12.050 9/16/2009 - Yes No Caicos Corp. 600551412 CAICOC*161RL David S Berry Debarred Until Penalties Paid 39 12.050 2/4/2011 - Yes No Caicos Corp. 600551412 CAICOC*161RL David S Berry Debarred Until Penalties Paid 39 12.065 2/4/2011 - Yes No Cajun Corporation 601960703 CAJUNC*004N4 Elizabeth Boyington David Boyington Debarred Until Penalties Paid 39 12.050 1/7/2003 - Yes No Cajun Corporation 601960703 CAJUNC*004N4 Elizabeth Boyington David Boyington Debarred Until Penalties Paid 39.12.065 1/7/2003 - Yes No Ceilings Unlimited 600643185 CEILIU*141R2 James D Arndt Debarred Until Penalties Paid 39 12 7/11/2000 - Yes No COAST TO COAST CARPORTS INC 602433476 COASTCC936BT Gerardo Torres Venancio Torres Jorge Zavala Debarred 18.27.200 3/1/2013 2/28/2014 - - Cody Painting 342010682 CODYP**266D6 David Cody Debarred Until Penalties Paid 39 12.050 12/5/2005 - Yes No Concrete Solutions and Design, LLC 602874262 CONCRSL912J2 Brian Keith Sprague Debarred Until Penalties Paid 39 12.050 9/16/2009 - Yes No Coulee Colors 602697167 COULECI937DH Janet Seekins Debarred Until Penalties Paid 39 12.050 4/9/2007 - Yes No Coulee Colors 602697167 COULECI937DH Janet Seekins Debarred Until Penalties Paid 39 12.065 4/9/2007 - Yes No Crawford Brothers Excavation 602638128 CRAWFBE948ND Debarred Until Penalties Paid 39 12.050 7/2/2009 - Yes No Crown Delta Environmental, Inc. 601801221 CROWNDE033MC Debarred Until Penalties & Wages Paid 39.12.065 11/18/2002 - Yes Yes Cutter Inc. 601761330 CUTTEI*030B3 Debarred Until Penalties Paid 39 12.050 6/21/2013 - Yes No Dream Heating & Cooling 601091615 MARCHKW965PD Debarred 18.27.200 10/18/2012 10/17/2013 - - Finetex International, Inc. 601653342 FINETII0550G Debarred Until Penalties Paid 39.12.050 5/6/2009 - Yes No Freeman Roofing Company 603001840 FREEMRC905LB Debarred Until Penalties Paid 39 12.050 8/6/2013 - Yes No FTR Pacific, Inc. 602785094 FTRPAPI926CH Rachelle L Maas Fransico J Rivera Debarred Until Penalties Paid 39 12.050 4/22/2010 - Yes No GENESIS CONSTRUCTION OF TRI -CI 601962196 Barronelle Stuszman Darold D Stutzman Shane Stutzman Tim Stutzman Debarred 51 48.103 9/30/2012 9/29/2013 - - Glory Developers 601715431 GLORYDI044NA Debarred Until Penalties Paid 39 12.050 9/18/2002 - Yes No Glory Developers 601715431 GLORYDI044NA Debarred Until Penalties Paid 39 12.065 9/18/2002 - Yes No Greenwood Floor 602371856 GREENF*94806 Debarred Until Penalties Paid 39 12.050 9/29/2009 - Yes No GTX Industries 602810588 GTXINII924D8 Debarred Until Penalties Paid 39 12.050 9/2/2012 9/1/2013 Yes No HOMEWORKS LLC 603022852 HOMEWL*903MW Clayton Leighton Debarred 18.27.200 10/19/2012 10/18/2013 - - IPS Inc. 601926046 Debarred Until Penalties Paid 39 12.050 11/29/2000 - Yes No IPS Inc. 601926046 Debarred Until Penalties Paid 39.12.065 11/29/2000 - Yes No J&P Plumbing 601418659 JPPLU**055PQ Debarred Until Penalties Paid 39 12.050 12/21/1998 - Yes No JADE GROUP GENERAL CONTRACTORS 602668661 JADEGGG882JP Abboud Kourieh Debarred 18.27.200 8/29/2012 12/26/2013 - - Janet Seekins 602704285 Janet Seekins Debarred Until Penalties Paid 39 12.050 4/9/2007 - Yes No Janet Seekins 602704285 Janet Seekins Debarred Until Penalties Paid 39 12.065 4/9/2007 - Yes No 2 of 4 1 10/14/13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 OMWBE Directory Profile OMWBE Directory Profile: COAT FLAGGING Name: COAT FLAGGING Business Description: FLAGGERS AND TRAFFIC CON 1'ROL; INSULATION CONTRACTOR NAICS Index Entries: 561990 - FLAGGING (I.E.; TRAFFIC CONTROL) SERVICES; 238310 - INSULATION CONTRACTORS Street: 2711 SE MILWAUKIE AVENUE City: PORTLAND State: OR Zip: 97202 Voice: (503) 467-6386 Fax: (503) 284-1177 E- mail: VAL@CHICKOFALLTRADES.COM Contact: VALERIE J SOLORZANO Owner: VALERIE J SOLORZANO Certification No.: D5F 1021136 Washington Cert.: MWBE Federal Cert.: DBE Prime NAICS: 561990 2nd NAICS: 238310 3rdNAICS: 4th NAICS: 5th NAICS: 6th NAICS: 7th NAICS: 8th NAICS: Copyright 1995-2008BIP Software, Inc. All Rights Reserved. wvnv.orrmbe.wa.g ov/biznetwas/profile.asp?BUSN 0=49380 1/1 I MI M OM S NM 1 IIIIII M I MN M I II=1 I M = OM BUSINESS, NAME CERTIFICATION NUMBER DESCRIPTION OF WORK: NAICS INDEX ENTRIES ' CM DESIGN GROUP LLC D2F0022758 CIVIL ENGINEERING SERVICES 541330 - CIVIL ENGINEERING SERVICES; 541330 - ENGINEERING DESIGN SERVICES DESIGN ENGINEERING SERVICES, TYPICALLY SPCC OR TESC PLAN DEVELOPMENT, OR SIMILAR COAT FLAGGING D5F1021136 INSULATION CONTRACTORS 561990 - FLAGGING (I.E.; TRAFFIC CONTROL) SERVICES; 238310 -INSULATION CONTRACTORS TRAFFIC CONTROL SERVICES COATES PRE -CONSTRUCTION PHOTOGRAPHY D3M9620361 DOCUMENT PREPARATION SERVICES 561410 - DOCUMENT PREPARATION SERVICES; 541922 - COMMERCIAL PHOTOGRAPHY SERVICES PHOTOGRAPHY SERVICES COLE & ASSOCIATES TRAINING AND CONSULTING INC D3M0116925 ENVIRONMENTAL CONSULTING 541620 - ENVIRONMENTAL CONSULTING SERVICES; 541620 - SITE REMEDIATION CONSULTING SERVICES; 611519 - OTHER TECHNICAL AND TRADE SCHOOLS, 611710 - EDUCATIONAL TESTING EVALUATION SERVICES ENVIRONMENTAL TRAINING SERVICES; INCLUDING HAZMAT, ASBESTOS, REMEDIATION, AND TESTING SITE REMEDIATION CONSULTING COLUMBIA GEOTECHNICAL INC D2F5914625 GEOLOGICAL ENGINEERING SERVICES 541330 -GEOLOGICAL ENGINEERING SERVICES; 541690 -OTHER SCIENTIFIC AND TECHNICAL CONSULTING SERVICES COMMDEX CONSULTING LLC D4M9621261 TELECOMMUNICATIONS INSTALLATION SERVICES 238210 -TELECOMMUNICATIONS EQUIPMENT AND WIRING (EXCEPT TRANSMISSION LINE) INSTALLATION CONTRACTORS COMPUTER CONSULTANTS INTERNATIONAL INC D4F9620365 GEOGRAPHICAL INFORMATION SYSTEM DEVELOPMENT 541512 -COMPUTER SYSTEMS INTEGRATION ANALYSIS AND DESIGN SERVICES; 541511 -COMPUTER PROGRAMMING SERVICES, CUSTOM; 541611 -ADMINISTRATIVE MANAGEMENT AND GENERAL MANAGEMENT CONSULTING SERVICES; 541511 -COMPUTER SOFTWARE ANALYSIS AND DESIGN SERVICES, CUSTOM; 541511 -WEB (I.E., INTERNET) PAGE DESIGN SERVICES, CUSTOM; 425110 -BUSINESS TO BUSINESS ELECTRONIC MARKETS, DURABLE GOODS, WHOLESALE TRADE INTELLIGENT TRANSPORTATION SYSTEM DEVELOPMENT PROJECT MANAGEMENT CONSULTING SOFTWARE DESIGN SERVICES; INCLUDING PROGRAMMING WEBSITE DESIGN SERVICES DBE_Directorv.xls - 2 -BY BUSINESS 1 of 1 10/14/2013 SURETY If the Bidder is awarded a construction contract on this proposal, the surety who provides the "Performance Bond" and "Payment Bond" will be cute1;i4OwA.1 (a6si+ [e . of r.►r{+r+llc..r d , whose address is 13TOO SSS Po c; 4 G �-{,4x.triSu) +e I/�o,"rt�..,rtt c4.c1.72z3 BIDDER. The Name of the bidder submitting this proposal is Speci4.iiZecl riutrr►+rn+ Mark.J ng.x'nc. doing business at I1045Swl2rok,strialWoy,Sutl, Tvala+ln,crICgi2 , which is the address to which all communications concerned with this proposal and with the Contract shall be sent. The names of the principal officers of the corporation submitting this proposal, or of the partnership, or of all persons interested in this proposal as principals are as follows. Mark_Pr►c-e - Prectderi} 'gO,6 Ever iOn^ S -e -C elarta' (If Sole Proprietor or Partnership) In witness hereto the undersigned has set his (its) hand this day of , 2013 Signature of Bidder Title Bidder (if corporation) In witness whereof the undersigned corporation has caused this instrument to be executed by its duly authorized officers this ZrcA day of Ocd-ober , 2013 Specialized P , Mo,,rkrrwj. nc. Name of Corp By President By ?eir--d— ,,,_. Secretary G:\PROJECTS\2011111050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 3-9 IDage 27 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa com - Always Verify Scale 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDERS LIST All firms bidding or quoting on subcontracts for this DOT -assisted project are listed below. Firm Name Address Describe Type of Work Firm Performs Certified DBE (Y or N) Age of Firm GRS* Yer,nkfnasirL+cfi'tln 3%0Z S 41u`� 213 Sureux. wkr,crack.se l:e,sb,�Slorrl, N °irxo Mola11a,0124103fr Cl s 3,A-I,S,le ehev 6.,) UAA-T 17-14prnr riti $t s"'►`,1wkok: e_ Atte. Makrriaswp1..3, Mob. Irz 4 A, %f 'ail r 2- Prccdtles."4OIL 9-1202 Te. 'rraf ►c t4+4tD%(14c44 Igr+rt2 Note This form is not necessary if the recipient establishes a bidders list using another methodology (e.g., statistically sound survey of firms, widely disseminated request of firms to report information to the recipient, etc.) as defined in the recipient's DBE plan *GRS - Annual Gross Receipts Enter 1 for less than $1 million Enter 2 for more than $1 million, less than $5 million Enter 3 for more than $5 million, less than $10 million Enter 4 for more than $10 million, less than $15 million Enter 5 for more than $15 million Good faith effort. G:\PROJECTS\2011111050\Specs12013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 3-10 tage 28 Bidders List Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com - Always Verify Scale SUBCONTRACTOR LIST To be Submitted with the Bid Proposal Project Name TERMINAL APRON REHABILITATION Project No. 11050 (1) Every invitation to bid on a prime contract that is expected to cost one million dollars or more for the construction, alteration, or repair of any public building or public work of the state or a state agency or municipality as defined under RCW 39.04.010 or an institution of higher education as defined under RCW 286.10.016 shall require each prime contract bidder to submit as part of the bid, or within one hour after the published bid submittal time, that names of the subcontractors with whom the bidder, if awarded the contract, will subcontract names of the subcontractors with whom the bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air condition); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The prime contract bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the prime contract bidder must indicate which subcontractor will be used for which alternate. Failure of the prime contract bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name N 111., Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 3-11 IPage 29 Subcontractor List Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa com - Always Verify Scale To be Submitted with the Bid Proposal Categories of work exceeding 10 percent of the contract price to be performed by the prime contractor must be listed below. Prime Contractor Name Se•ecfat12eci Pave+1i -Mcu^Wnq,-7rc, Categories of Work Run crvAla�% P4 ci ,'TOO yi nfs- 0'61. ryftln8_ G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 3-12 tage 30 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa com - Always Verify Scale Dreg or% STATE OF .AIA&#-I+NGTON ) ss. COUNTY OFyJa.sh.n9-ton NON -COLLUSION AFFIDAVIT NON -COLLUSION AFFIDAVIT Mark. PYlCg , being first duly sworn, on oath says that the bid above submitted is a genuine and not a sham or collusive bid; or made in the interest or on behalf of any person not therein named; and the said bidder further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to themselves an advantage over any other bidder or bidders. (Contractor's Signa re) Signed and sworn to (or affirmed) before me on r�� 7 , Le/' 2 "", 2013, by nark Pr, Notary Pub My Appoint Expires Dc5/`1/-2e/s— OFFICIAL SEAL MARY BETH PIESTRAK NOTARY PUBLIC - OREGON COMMISSION NO 459601 MY COMMISSION EXPIRES AUGUST 14, 2015 G:\PROJECTS12011\110501Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 3-13 Cage 31 Non -Collusion Affidavit Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa com - Always Verify Scale 1 1 1 1 CITY OF YAKIMA YAKIMA AIR TERMINAL TERMINAL APRON REHABILITATION A.I.P. PROJECT NO. 3-53-0089-33 BIDDER'S STATEMENT ON PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE ' The Bidder (Proposer) has E has not ❑ participated in a previous contract subject to the nondiscrimination clause prescribed by Section 202 of Executive Order No. 11246 dated September 24, 1 1 1 1 1 1 1 1 1 1 1 1 1965 The Bidder (Proposer) has C' has not ❑ submitted compliance reports in connection with any such contract as required by applicable instructions. If the Bidder (Proposer) has participated in a previous contract subject to the nondiscrimination clause and has not submitted compliance reports as required by applicable instructions, the Bidder (Proposer) shall submit Standard Form 100 with the Bid or Proposal indicating current compliance. Mem- PcttA_ f f resi�.len4 Name &Jule gf,Signer (Please Type) G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 3-14 "age 32 Bidder's Statement on Previous Contracts Subject to EEO Clause Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Signature Date I Rage 33 Buy American Certificate IProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale CITY OF YAKIMA YAKIMA AIR TERMINAL TERMINAL APRON REHABILITATION 3-53-0089-33 BUY AMERICAN CERTIFICATE JAN (1991) By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products or Buy American — Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from Huibregtse, Louman Associates, Inc. (HLA) lists of articles, materials, and supplies excepted from this provision. PRODUCT hi O e. COUNTRY OF ORIGIN G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 3-15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRADE RESTRICTION CLAUSE — 49 CFR PART 30 (VERSION 1, 115/90) The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U S. firms published by the Office of the United States Trade Representative (USTR), b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens of nationals of a foreign country on said list; c. has not procured any product or subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 3-16 'Page 34 Trade Restriction Clause - 49 CFR Part 30 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION — 49 CFR PART 29 (VERSION 1, 1/5190) The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, or declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 515 VETERAN'S PREFERENCE (VERSION 1, 1/5/90) In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. TERMINATION OF CONTRACT — 49 CFR PART 18 (VERSION 1, 1/5/90) 1. The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor 2. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. 3 If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor shall be liable to the sponsor for any additional cost occasioned to the Sponsor thereby 4 If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause. 5 The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. G:\PROJECTS\2011\110501Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 3-17 'Page 35 Certification Regarding Debarment, Suspension Ineligibility, and Voluntary Exclusion - 49 CFR Part 29 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES 1 A Certification of Non -segregated Facilities shall be submitted prior to the award of a Federally - assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE. The penalty for making false statements in offers is prescribed in 18 U.S C 1001 CERTIFICATION TO BE SUBMITTED BY FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS AND THEIR SUBCONTRACTORS (APPLICABLE TO FEDERALLY ASSISTED CONSTRUCTION CONTRACTS AND RELATED SUBCONTRACTS EXCEEDING $10,000 WHICH ARE NOT EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE) CERTIFICATION OF NONSEGREGATED FACILITIES The Federally -assisted construction contractor certifies that he will not maintain or provide, for his employees, any segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The Federally -assisted construction contractor certifies that he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Federally -assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in his contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking Tots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on a basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The Federally - assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that he will retain such certifications in his files. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 3-18 l'age 36 Notice to Prospective Subcontractors of Requirements for Certification of Nonsegregated Facilities Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com - Always Verify Scale CERTIFICATION OF NONSEGREGATED FACILITIES The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certified, further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or area, in fact, segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed contractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such, certification in this file. Signature Date Maur fiC.el t°res jCiLe '— Name and title of signer (please type) SAM Search Results List of records matching your search for : Search Term : specialized* Record Status: Active No Search Results October 03, 2013 T13 PM Page 1 of 1 Proof of Coverage Search - Results Proof of Coverage Search - Results Employer: JONNIC CONSTRUCTION LLC 32602 S HIGHWAY 213 MOLALLA, OR 97038-7535 Coverage Effective Policy Information 04/22/2013 to 05/01/2014 Insurer SAIF CORPORATION Policy #' A778819160 Policy Holder JONNIC CONSTRUCTION LLC 32602 S HIGHWAY 213 MOLALLA, OR 97038-7535 Page 1 of 1 v re@rm Policy Status: ACTIVE Covered Employer Locations Claims Processing Information Employer JONNIC CONSTRUCTION LLC 32602 S HIGHWAY 213 MOLALLA OR JONNIC CONSTRUCTION LLC 32604 S HIGHWAY 213 MOLALLA OR Dates Covered 04/22/2013 to 05/01/2014 04/22/2013 to 05/01/2014 Return to the search page Request Coverage Search Assistance Search hints: • The search return is proof of coverage for carrier -insured, self-insured, or worker leasing arrangements. Self-insurance was added in October 2011, eliminating the need for a separate search for that coverage and worker -leasing coverage is also included in the same search form. • The search tool is sensitive to exact spelling, based on the spelling used by the insurer, and considers only whole words. If you are unsure of a spelling or just want to search quickly, start the word and then use a % sign as a wild card to complete the word. The % symbol must be the last entry if you are using it as a wild card for any particular word. • First, try searching with fewer words of the employer's legal name (perhaps just one unique word or portion of a word ending in a % symbol). • If the screen shows too many results, then add another element such as the city or one known piece of the street address (even just the address number without the street name). • If the results are still too many, add another data element. • If you use the back arrow to get back to the search page, click on the "Reset Search Fields" button to clear the form. Shortcut to this site: WorkCompCoverage.wcd.oregon.qov wcd coy search list. results http://www4.cbs.state.or.us/ex/wcd/cov/?B64=3 chRGd9U 1 TmlGcvhmb9UmJ 1 J2cu1XZzN... 10/3/2013 Verify Workers' Comp Premium Status - Business Name Search Results Page 1 of 1 ashington State Department of abor & Industries Verify Workers' Comp Premium Status: Search Results Click on a business name to see account information. If the business has multiple accounts, the next screen will allow you to choose an account. Otherwise, you will be taken directly to the account information. Click on a column header to sort the page by that column. i No results were found that match the search criteria. © Washington State Dept. of Labor 8 Industries. Use of this site is subject to the laws of the state of Washington. Access <rnnn,W:Olington- https://fortress.wa.gov/1ni/crpsi/BusinessNames.aspx?BusinessName=Jonnic 10/3/2013 SAM Search Results List of records matching your search for : Search Term : jonnic* Record Status: Active No Search Results October 03, 2013 7:37 PM Page 1 of 1 SECTION 4 - CONTRACT AND RELATED MATERIALS CONTRACT �/ This Contract, made and entered into this f day of k`� "i , 2013, by and between THE YAKIMA AIR TERMINA an agency of the City of Yakima, hereinafter called the OWNER," and, of 5,4"c/.96./ -e- v ,iV1 fyfAkXIN&, /PVC., hereinafter called the "Contractor " WITNESSETH: Said Contractor in consideration of the sum to be paid him by the said OWNER and of the covenants and agreements herein contained, hereby agrees at his own proper cost and expense to do all the work and furnish all materials, tools, labor, and all appliances, machinery, and appurtenances for. Yakima Air Ter- minal A.I.P. PROJECT NO. 3-53-0089-33, TERMINAL APRON REHABILITJION, to the ex entpf the proposal made by the Contractor and agreed to by the Owner dated the `� day of c}\/ 2013, all in full compliance with the Contract Documents referred to herein. The "Invitation to Bid," the "Instructions to Bidders," the signed copy of the "Proposal," the "Bid Bond," the fully executed "Performance Bond" and "Payment Bond," the "General Provisions," the "Supplementary Conditions," the "Specifications," and the "Plans," are hereby referred to and by reference made a part of this agreement as fully and completely as if the same were fully set forth herein and are mutually cooper- ative therewith. In consideration of the faithful performance of the work herein embraced, as set forth in these Contract Documents, and in accordance with the direction of the Engineer and to Owner's satisfaction to the extent provided in the Contract Documents, the Owner agrees to pay to the Contractor the amount bid as adjusted in accordance with the proposal as determined by the Contract Documents and specified by the _OWNER or as otherwise herein provided, and based on the said proposal made by the Contractor and to make such payments in the manner and times provided in the Contract Documents. The Contractor agrees to complete the work within the time specified herein and to accept as full payment hereunder the amounts computed as determined by the Contract Documents and based on the said proposal. The Contractor agrees to defend, indemnify, and save harmless the Owner from any and all defects appearing or developing in the materials furnished and the workmanship performed under this Contract for a period of one year after the date of final acceptance of the work in the Contract by the Yakima Air Terminal. The provisions contained in these Contract Documents relating to prevailing wage rates are made a part of this Contract as completely as if the same were fully set forth herein It is agreed the time limit for completion of all work on this Contract, based upon the proposal and as specified by the Owner, shall be the number of working days after the date of the Owner's written notice to proceed, as shown below. Selected by Owner Schedule Allowed Construction Time Schedule A and Schedule B 30 working days In the event the Contractor shall fail to complete the work within the time limit or the extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid at the rate of $1,500.00 per calendar day Sundays and legal holidays shall be excluded in determining days in default. In the event of litigation to enforce the rights and obligations hereunder, venue shall lie in Yakima County Superior Court, and the prevailing parties shall be entitled to reasonable attorney's fees in addition to court costs. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 4-1 IN WITNESS HEREOF, we, the parties thereto, each herewith subscribe the same this day of �,)V , 2013. OWNER: City of Y-: kima B Title Cit Mana•er (SEAL )' ATTEST: Name: Sonya .0 aar Tee Title: City Clerk CITY CONTRAC r N RESOLUTION NO CONTRACTOR: By Title Prres:dar,k- Address' 1 t 1 SS -J Try/A+4 ``a`k3, stye. A Tva leo t n, 612.1'704 Phone. 0563) era .--64-t.26 FAX: (SP\ 5ii2-frLo2.1 E-mail Address. rv1<trk.®sp»-►lw.`, License No.: sPW- W s4 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 4-2 Issued in Six (6) Originals PERFORMANCE BOND Bond # 9102688 KNOW ALL MEN BY THESE PRESENTS, That we, Specialized Pavement Marking, Inc. as PRINCIPAL, and Fidelity and Deposit Company of Maryland, a corporation duly authorized to act as a surety company in Washington, as SURETY, are jointly and severally held and bound unto the Yakima Air Terminal, an agency of the City of Yakima, to the. Yakima Air Terminal in the penal sum of Five Hundred Eighty -Three Thousand Seven Hundred * Dollars ($ 583,717.36 *** ) for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be * Seventeen and 36/100*** This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the Yakima Air Terminal, City of Yakima. Oregon L1'1J ' /4(,9M Y� Dated at Portland =gin this l! dayof /�g� 2013 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No ,--24of the Yakima Air Terminal, passed , 2013, the Airport Manager of said Yakima Air Terminal has let or is about to let to the said Specialized Pavement Marking, Inc. the above bounden Principal, a certain Contract, the said Contract providing for the construction of YAKIMA AIR TERMINAL, Al P NO. 3-53- 0089-33, TERMINAL APRON REHABILITATION, (which Contract is referred to herein and is made a part hereof as though attached hereto); WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth; and WHEREAS, for value received, the SURETY hereby agrees that no change, extension of time, alteration or addition to the terms of the Contract or the work to be performed there under, or the Specifications accompanying the same shall in any way affect its obligations hereunder, and the SURETY expressly waives notice of any such change, extension, alteration, or addition. Nonpayment of the bond premium will not invalidate this bond nor shall the OWNER be obligated for the payment thereof. NOW, THEREFORE, if the said Specialized Pavement Marking, Inc. shall faithfully perform all of the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the Yakima Air Terminal harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the Yakima Air Terminal, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Approved as to legality.. Approved IN WITNESS WHEREOF, theparties here o have caused this Bond to be executed in Six (6) Originals this y7H day of W , 2013 G\PROJECTS12011111050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 4-3 PRINCIPAL: Specialized Pavement Marking, Inc. SURETY' Fidelity and Deposit Company of Maryland By / By ‘ ��--C►��k�Mi Vicki Mather, Attorney -in -Fact Title IPfesidG.Y1i- Attest: Secretary The Attorney -in -Fact who executes this bond on behalf of the surety company must attach a copy of his power-of-attorney as evidence of his authority. To each executed original of this bond there must be attached a complete set of the "Contract Documents," as the term is defined in the Supplementary Conditions with all corrections, interlineations, signatures, etc., completely reproduced therein. G:IPROJECTS12011\110501Specs12013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 4-4 Issued in Six (6) Originals PAYMENT BOND Bond Number 9102688 KNOW ALL MEN BY THESE PRESENTS, That Specialized Pavement Marking, Inc. , as PRINCIPAL, hereinafter called PRINCIPAL, and Fidelity and Deposit Company ** a corporation organized and existing under the laws of the State of Maryland as SURETY, hereinafter called SURETY, are held and firmly bound unto the Yakima Air Terminal, an agency of the City of Yakima, as OBLIGEE, hereinafter called OWNER, for the use and benefit of claimants as herein below defined, in the amount of Five Hundred Eighty -Three Thousand Seven Hundred Seventeen and 36/100 *** Dollars ($ 583.717.36 *** ), for the payment whereof PRINCIPAL and SURETY bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. ** of Maryland WHEREAS, PRINCIPAL has by written agreement dated /)ly//�4vl'i, 2013, entered into a Contract with OWNER for construction of A.I.P PROJECT NO. 3-53-0089-33, TERMINAL APRON REHABILITATION in accordance with Drawings and Specifications prepared by HUIBREGTSE, LOUMAN ASSOCIATES, INC. (HLA) dated September 2013, which Contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the PRINCIPAL shall promptly make payment to all claimants as hereinafter defined, for all labor and materials used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct Contract with the PRINCIPAL or with a subcontractor of the PRINCIPAL for labor, materials, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable -to the Contract. 2 The above named PRINCIPAL and surety hereby jointly and severally agree with the OWNER that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The OWNER shall not be liable for the payment of any costs or expenses of such suit. 3 No suit or action shall be commenced hereunder by any claimant. a. Unless claimant, other than one having a direct Contract with the PRINCIPAL, shall have given written notice to any two of the following. the PRINCIPAL, the OWNER, or the SURETY above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the PRINCIPAL, OWNER, or SURETY at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the State of Washington, save that such service need not be made by a public officer b After the expiration of one (1) year following the date on which principal ceased work on said Contract, it being understood, however, that if any limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, or in GIPROJECTS12011111050\Specs12013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 4-5 1 1 the United States District Court for the district in with the project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be pre- sented under and against this bond. Signed and sealed this L/ -dl day of �%/�� �j�— , 2013. In the presence of: Witness (SEAL) Notes: Specialized Pavement Marking, Inc. By Principal Fidelity and Deposit Company of Maryland Surety Vicki Mather, Attorney -in -Fact 1. Date of Payment Bond must not be prior to the date of the Agreement. (If the CONTRACTOR is a Partnership, all partners should execute the Bond). 2. The current power of attorney of the person who signs for any Surety company shall be attached to the Bond. G:IPROJECTS12011\110501Specs12013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 4-6 1 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GEOFFREY DELISIO, Vice President, in pursuance of authonty granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint J. Patrick DOONEY, Richard W. KOWALSKI, Joel DIETZMAN, Brent OLSON, James P. DOONEY, Karen A. PIERCE, Gloria BRUNING, Vicki MATHER, John D. KLUMP and Tami Lee PIEPER-JONES, all of Portland, Oregon, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., intheir own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 24th day of June, A.D. 2013 27el.d-i At" BY Assistant Secretary Gerald F. Haley ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND s tNscott; zr 0a�1inc�s : Zi ,O: "t 6 199 4 8 Ial� Vice President Geoffrey Delisio State of Maryland City of Baltimore On this 24th day of June, A.D 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, GEOFFREY DELISIO, Vice President, and GERALD F. HALEY, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Maria D Adamski, Notary Public My Commission Expires: July 8, 2015 POA -F 180-7308C EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ..Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company " This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 RESOLVED- "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF have hereunto subscribed my name and affixed the corporate seals of the said Companies, this ifir,day of aewsim , 20 /3 Thomas O. McClellan, Vice President 10/29/13 www.insurance.wa.gov/consumertoolkt/Company/CompanyProfiIe.asp OWAOIC=442 1 1R Search > FIDELITY & DEPOSIT COMPANY OF MARYLAND FIDELITY & DEPOSIT COMPANY OF MARYLAND General I Contact 1 Licensing, 1 Appointments I Complaints 1 Orders 1 Nationa General information Name: FIDELITY & DEPOSIT COMPANY OF MARYLAND Corporate family group: ZURICH INS GRP whet Organization type: PROPERTY WAOIC: 442 NAIC: 39306 Status: ACTIVE Admitted date: 07/27/1895 Ownership type: STOCK ^ back to top Back to Search] tfo 1 Ratings Contact information Registered address 600 Red Brook Blvd Owings Mills, MD 21211 Telephone 410-539-0800 Types of coverage authorized to sell Insurance types Casualty Marine Ocean Marine Property Surety .Vehicle to 1oa 4^1-,:,t is this? Mailing address 1400 AMERICAN LN,TWR 1, 19TH F SCHAUMBURG, IL 60196-1056 Telephone 410-539-0800 Agents and agencies that represent this company (Appointments) View agents hack to tup l View agencies 1 What Company complaint history I View,complai!Its nark tO tep Disciplinary orders 2008-2013 < th,s' s this: Year Order Number 2013 13-0223 - PDF not available Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. www.insurance.wa.g ov/consumertoolWt/Company/CompanyProfiIe.asp OWAOIC=442 1/2 10/29/13 hed< to op w nw.i nsurance.wa.g ov/consumertool Idt/C ompany/C ompanyProfi 1 e.asp OWAOI C=442 National information on insurance companies Want more information about this company? The NAIC's Consumer Information ;CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. bock to too Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratings Standard and Poor's Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings .•ba ktot.....oa .......... www.insurance.wa.g ov/consumertool Idt/Company/CompanyProfil e.asp(?WAOIC=442 1 2/2 1 11/1/13 Listing of Certified Companies. Surety Bonds: Programs and Systems: Financial Management Service FEDERATED MUTUAL INSURANCE COMPANY (NAIC #13935) BUSINESS ADDRESS: 121 EAST PARK SQUARE, OWATONNA, MN 55060. PHONE: (507) 455- 5200. UNDERWRITING LIMITATION b/: $236,544,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, Ni, NM, NY, NC, ND, OH, OK, OR • A RI, D, TN, TX, UT, VT, VA, WA, WV 1N.I,_ i Y. IN 03'1•• • ,TED innesot Fidelity and Deposit Company of Maryland (NAIC #39306) BUSINESS ADDRESS: 1400 AMERICAN LANE, TOWER I, 18TH FLOOR, SCHAUMBURG, IL 60196 - 1056. PHONE: (847) 605-6000. UNDERWRITING LIMITATION b/: $16,058,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN: Maryland. ND GUARANTY INSUCE C NY (MAIC #35386 BUSINESS A11 . 385 ington Street, St. Pau, 1 . PHONE: (651) 310 - UNDERWRITING LIMITATION b/: $1,926,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Iowa. Fidelity and Guaranty Insurance Underwriters, Inc. (NAIC #25879) BUSINESS ADDRESS: 385 Washington Street, St. Paul, MN 55102. PHONE: (651) 310-7911. UNDERWRITING LIMITATION b/: $9,921,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Wisconsin. Fidelity National Property and Casualty Insurance Company (NAIC #16578) BUSINESS ADDRESS: P. 0. Box 45126, Jacksonville, FL 32232 - 5126. PHONE: (800) 849- 6140. UNDERWRITING LIMITATION b/: $10,461,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CO, CT, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: New York. Financial Casualty & Surety, Inc. (NAIC #35009) BUSINESS ADDRESS: 3131 Eastside, Suite 600, Houston, TX 77098. PHONE: (800) 392- 1604. UNDERWRITING LIMITATION b/: $1,200,000. SURETY LICENSES c,f/: AZ, CA, CT, DE, FL, ID, IN, IA, KS, LA, MD, MI, MN, MS, MT, NV, NJ, NY, NC, ND, OH, PA, SC, TN, TX, UT, VT, WA, WV. INCORPORATED IN: Texas. Financial Pacific Insurance Company (NAIC #31453) BUSINESS ADDRESS: P.O. BOX 73909, CEDAR RAPIDS, IA 52407 - 3909. PHONE: (319) 399- 5700. UNDERWRITING LIMITATION b/: $8,438,000. SURETY LICENSES c,f/: AK, AZ, AR, CA, CO, ID, KS, MO, MT, NE, NV, NM, ND, OK, OR, SD, UT, WA, WI. INCORPORATED IN: California. Fireman's Fund Insurance Company (NAIC #21873) BUSINESS ADDRESS: 777 San Marin Drive, Novato, CA 94998. PHONE: (415) 899-2000. UNDERWRITING LIMITATION b/: $244,098,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN: California. First Founders Assurance Company (NAIC #12150) BUSINESS ADDRESS: 6 Mill Ridge Lane, Chester, NJ 07930 - 2486. PHONE: (908) 879-0990. UNDERWRITING LIMITATION b/: $341,000. SURETY LICENSES c,f/: NJ. INCORPORATED IN: New Jersey. First Insurance Company of Hawaii, Ltd. (NAIC #41742) BUSINESS ADDRESS: P.O. Box 2866, Honolulu, HI 96803. PHONE: (808) 527-7777. UNDERWRITING LIMITATION b/: $28,690,000. SURETY LICENSES c,f/: GU, HI. INCORPORATED IN: Hawaii. First Liberty Insurance Corporation (The) (NAIC #33588) BUSINESS ADDRESS: 2815 Forbs Avenue, Suite 200, Hoffman Estates, IL 60192. PHONE: (617) 357-9500. UNDERWRITING LIMITATION b/. $2,091,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NI, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN: Illinois. First National Insurance Company of America (NAIC #24724) BUSINESS ADDRESS: 62 Maple Avenue, Keene, NH 03431. PHONE: (617) 357-9500. UNDERWRITING LIMITATION b/: $4,847,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, www.fms.treas.gov/c570/c570_a-z.html 9/25 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 OP ID: MH ACOR®" (2,� CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 10/30/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Phone: 503-224-2500 1201 SW 12th Ave Su to 00nc Fax: 503-224-9830 Portland, OR 97205-2030 Richard Kowalski NAMEACT Melissa C Hall (1 o, Ext): 503-224-2500 FAX 503-224-9830 ADo ESS: mhall@anchorias.com PRODUCER SPECI-1 CUSTOMER ID #: INSURER(S) AFFORDING COVERAGE NAIC # INSURED Specialized Pavement Marking,INSURER Inc. 11095 SW Industrial Way Suite A Tualatin, OR 97062 A, Valley Forge Insurance Co. 20508 INSURER B . Continental Insurance Company 35289 INSURERC Continental Casualty Co. 20443 INSURER D SAIF Corporation 36196 INSURER E . A.M. Best Rating $ INSURER F . Insurer A, B, C: A XV O Ea PREMISDAMAGEES (TRENTEDoccurrence) COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS I LTR TYPE OF INSURANCE ADDL Jt!SR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD//YYYY) POLICY EXP IMM DO/YYYY) LIMITS A A A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X OCCUR X X 5083024795 ' 5083024795 5083024795 04/15/2013 04/15/2013 04/15/2013 04/15/2014 04/15/2014 04/15/2014 EACH OCCURRENCE $ 1,000,000 O Ea PREMISDAMAGEES (TRENTEDoccurrence) $ 100,000 CLAIMS -MADE MED EXP (Any one person) $ 5,000 X X XCU PERSONAL 8 ADV INJURY $ 1,000,000 WA Stop Gap GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X ECT LOC PRODUCTS - COMP/OP AGG $ 2,000,000 Stop Gap $ 1,000,000 www w AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS Hired Auto PD X X 5083024814 COVERAGE FORM CA 00 01 5083024814 5083024814 5083024814 04/15/2013 04/15/2013 04/15/2013 04/15/2013 04/15/2014 04/15/2014 04/15/2014 04/15/2014 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ X X X PROPERTY DAMAGE (Per accident) $ Hired Auto PD $ 500 Comp Deductible $ 500 Coll C X UMBRELLA UAB EXCESS UAB X OCCUR CLAIMS -MADE X X 5083024800 04/15/2013 04/15/2014 EACH OCCURRENCE $ 8,000,000 AGGREGATE $ 8,000,000 X DEDUCTIBLE RETENTION $ 10,000 Goes Over $ WA Stop Gap GL, Auto $ Work Comp. D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS Y / N N / A 918006 OREGON 10/01/2013 10/01/2014 X WC STAT- °a - TORY LIMIUTS ER E L EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: The Yakima Air Terminal - Terminal Apron Rehabilitation - A.I.P. No.: 3 -53-0089-33 (FY 13) - HLA Project No.: 11050C. Where required by written contract and per the attached endorsements: The Contracting Agency and its officers, elected officials, employees, agents and volunteers; City of Yakima, its employees, agents, elected and appointed officials: > > > CERTIFICATE HOLDER CANCELLATION YAKIM-2 City of Yakima Yakima Air Terminal 2406 W. Washington Ave Suite B Yakima, WA 98903 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2009/09) © 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NOTEPAD: HOLDER CODE YAKIM-2 INSURED'S NAME Specialized Pavement Marking, SPECI-1 OP ID: MH PAGE 2 DATE 10/30/13 and Huibregste, Louman Associates, Inc. (HLA) are included as Additional Insureds on primary and non-contributory basis for both on-going and completed operations; automatic waiver of subrogation applies in favor of said additional insureds. Cancellation provided is 45 days written notice to Certificate Holder shown. Specialized Pavement Marking Inc POLICY No.: 5083024795 cora G -140331-C (Ed. 10/10) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS -COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (OPTIONAL) Name of Additional insured Persons Or Organizations (As required by "written contract" per Paragraph A. below.) Locations of Covered Operations (As per the "written contract," provided the location is within the "coverage territory" of this Coverage Part.) A. Section II - Who Is An Insured is amended to Include as an additional insured: 1. Any person or organization whom you are required by "written contract" to add as an additional Insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above. B. The Insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage," or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf In the performance of your ongoing operations specified In the "written contract'; or c. "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage" included in the "products-compieted operations hazard," and only if: (1) The "written contract" requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. We will not provide the additional insured any broader coverage or any higher limit of insurance than the least that is: a. Required by the "written contract"; b. Described in B.1. above; or c. Afforded to you under this policy. 3. This insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. But if required by the "written contract," this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. 4. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or G -140331-C includes copyrighted material of insurance Services Office, Inc., with Its permission Page 1 of 2 (Ed. 10/10) CNA b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV -- COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Clain or Sult condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this Insurance, and of any claim or "suit" that does result; (2) Except as provided In Paragraph B.3 of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit"; and (4) Tender the defense and Indemnity of any claim or "suit" to any other insurer or self Insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the "written contract" requires this insurance to be primary and non- contributory, this provision (4) does not apply to Insurance on which the additional insured is a Named Insured. (3) G-1403:31-0 (Ed. 10)10) D. G -140331-C (Ed. 10/10) We have no duty to defend or Indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit." 2. With respect only to the insurance provided by this endorsement, the first sentence of Paragraph 4.a. of the Other Insurance Condition is deleted and replaced with the following: 4. Other insurance a. Primary Insurance This Insurance is primary and non- contributory except when rendered excess by endorsement G-140331-0, or when Paragraph h. below applies. Only for the purpose of the insurance provided by this endorsement, SECTION V -- DEFINITIONS is amended to add the following definition: "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The "bodily injury" or "property damage`; or h The offense that caused the "personal and advertising injury" for which the additional insured seeks coverage under this Coverage Part. Includes copyrighted material of insurance Services Office, inc., with its permission Page 2 of 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Specialized Pavement Marking, Inc. POLICY NO.: 5083024795 CNA CONTRACTORS' GENERAL LIABILITY EXTENSION ENDORSEMENT It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. The changes this endorsement makes do not apply with respect to any coverage that has been excluded or amended by another endorsement attached to this policy. SCHEDULE Coverage is summarized below. For particulars and limitations affecting each coverage, please refer to the _ II»... , tl, v r�rn�iicinns in fh[? he dv of this Endorsement. loOl I COVVI RAU 1U vvnvy I+.vr.v......—.. ...- ---v -- ---- 1. Additional insureds Seven additional insured extensions. 2. Bodily Injury — Expanded Definition 3. Broad Knowledge of Occurrence! Notice of Occurrence 4. Broad Named Insured 5. Broadened Liability Coverage For Damage To "Your Product" And "Your Work" $100,000. Limit: 6. Contractual Liability -- Railroads Expanded definition of "insured contract'. 7. Contractual Liability For Personal And Advertising injury 8. Electronic Data Liability Loss of Electronic Data Limit: $100,000. 9. Expanded Personal And Advertising Injury - Discrimination Or Humiliation 10. Expected Or Intended Injury Reasonable force — "bodily injury' or "property damage". 11. General Aggregate Limits Of Insurance - Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint VenturesIPartnershIp!Ltlnited Liability Companies Coverage for your interest in such terminated or ended organizations. 15. Legal Liabllity/Ali enated Premises/Borrowed Equipment Coverage Extended perils. Default limit increased to $500,000 for Damage to Premises Rented To You. $25,000 limit for "property damage" to borrowed tools or equipment at a Jobsite. 16. Liberalization Clause 17. Liquor Liability Coverage Extension 18. Medical Payments Limits increased to $15,000. Reporting increased to three years from the date of accident. 19. Non -owned Aircraft Coverage 20, Non -owned Watercraft increased to 76 feet. 21. Primary And Non -Contributory To Other Insurance 22. Property Damage - Elevators 23. Supplementary Payments Cost of bail bonds increased to $5,000. Daily loss of earnings increased to $1,000. 24. Unintentional Failure To Disclose Hazards 26. Waiver of Subrogation - Blanket - Waiver of subrogation where required by written contract or written agreement. 26. Wrap -Up Extension AIS. G -18652-J (Ed 07/12) Page 1 Insured Name: ©CNA Ail Rights Reserved. Endorsement No: Effective Date: CNA from that other insurance. For the purpose of this Provision 21., the additional insured's own insurance means insurance on which the additional Insured is a Named Insured. This Provision 21. does not apply in situations where the endorsement on this policy affording coverage to the additional Insured specifies that this insurance is excess over any other insurance available to that additional insured. 22. PROPERTY DAMAGE -- ELEVATORS A. Under SECTION I -- COVERAGE A -- BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended such that exclusion k. Damage to Your Product, and subparagraph (3), (4) and (6) of exclusion j. Damage to Property do not apply "property damage" that results from the use of elevators. B. With respect only to the coverage provided by this endorsement, Condition 4. Other Insurance in SECTION IV -- COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add the following subparagraph b.(1)(a)(v): 4. Other lnsurance b. Excess Insurance (1) This insurance is excess over: (a) Any of the other Insurance, whether primary, excess, contingent or on any other basis: (v) That is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS A. Under Section I -- Supplementary Payments — Coverages A and B, Paragraph 1.b., the limit of $250 shown for the cost of bail bonds is replaced by $5,000: B. In Paragraph 1.d., the limit of $250 shown for daily loss of earnings is replaced by $1,000. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If unintentionally you should fail to disclose all existing hazards at fhe Inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBGROGATION - BLANKET Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, The Transfer Of Rights Of Recovery Against Others To Us Condition is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: 1. Your ongoing operations; or 2. "Your work" included in the "products -completed operations hazard". However, this waiver applies only when you have agreed in writing to waive such rights of recovery in a contract or agreement, and only if the contract or agreement: 1. Is in effect or becomes effective during the term of this policy; and 2. Was executed prior to loss. 26. WRAP-UP EXTENSION; OWNER CONTROLLED INSURANCE PROGRAM, CONTRACTOR CONTROLLED INSURANCE PROGRAM OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project In the state of Alaska, that is not permitted to be insured under a "consolidated (wrap- up) insurance program" by applicable state statute or regulation: G -18652-J (Ed 07/12) Page 13 insured Name: 0 CNA All Rights Reserved, Policy No: Endorsement No: Effective Date: Specialized Pavement Marking, Inc. POLICY NO.: 5083024814 CN CNA63359XX (Ed. 4/12) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED COVERAGE ENDORSEMENT - BUSINESS AUTO PLUS - This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II, Paragraph A.1., Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an "insured" under any other liability "policy" providing "auto" coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier. b. Does not apply to: (1) "Bodily injury" or "property damage" caused by an "accident" that occurred before you acquired or formed the organization; or (2) Any such organization that is an "insured" under any other liability "policy" providing "auto" coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an "insured" but only with respect to their legal liability for acts or omissions of a person, who qualifies as an "insured" under Section II — Who Is An Insured and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. 4. An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows: 1. In a.(2), the limit for the cost of bail bonds is changed from $2,000 to $5,000; and 2. In a.(4), the limit for the loss of earnings is changed from $250 to $500 a day. C. Fellow Employee Section 11, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. CNA63359XX (Ed. 4/12) Copyright, CNA Corporation, 2000. Page 1 of 4 Includes copyrighted material of the Insurance Services Office used with its permission. CNA CNA63359XX (Ed. 4/12) II. PHYSICAL DAMAGE COVERAGE A. Glass Breakage — Hitting A Bird Or Animal — Falling Objects Or Missiles The following is added to Section III, Paragraph A.3.: Wii.h respect to any covered "auto", any deductible shown in the Declarations will not apply to glass breakage if such glass is repaired, in a manner acceptable to us, rather than replaced. B. Transportation Expenses Section 111, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to provide. a. $60 per day, in lieu of $20; subject to b. $1,800 maximum, in lieu of $600. C. Loss of Use Expenses Section 11I, Paragraph A.4.b. is revised, with respect to loss of use expenses incurred by you, to provide: a. $1,000 maximum, in lieu of $600. D. Hired "Autos" The following is added to Section III. Paragraph A.: 5. (Hired "Autos" If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered "auto" you lease, hire, rent or borrow without a driver; and b. Any covered "auto" hired or rented by your "employee" without a driver, under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one "accident" or "loss" is the actual cash value, cost of repair, cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to "loss" caused by fire or lightning. d. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your owned "autos". e. Such physical damage coverage for hired "autos" will: (1) Include Toss of use, provided it is the consequence of an "accident" for which the Narned Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern (2) Such coverage as is provided by this provision will be subject to a limit of $750 per "accident." E. Airbag Coverage The following is added to Section III, Paragraph B.3.: The accidental discharge of an airbag shall not be considered mechanical breakdown. F. Electronic Equipment Section 111, Paragraphs B.4.c and B.4.d. are deleted and replaced by the following: c. Physical Damage Coverage on a covered "auto" also applies to "loss" to any permanently installed electronic equipment including its antennas and other accessories d. A$1 00 per occurrence deductible applies to the coverage provided by this provision. G. Diminution In Value The following is added to Section I11, Paragraph B.6.. Subject to the following, the "diminution in value" exclusion does not apply to: CNA63359XX (Ed. 4/12) Page 2 of 4 CNA CNA63359XX (Ed. 4/12) a. Any covered "auto" of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and b. Any covered "auto" of the private passenger type hired or rented by your "employee" without a driver for a period of 30 days or less, under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as is provided by this provision is limited to a "diminution in value" loss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs; or the installation of substandard parts. d. The most we will pay for "loss" to a covered "auto" in any one accident is the lesser of: (1) $5,000; or (2) 20% of the "auto's" actual cash value (ACV) Ill. Drive Other Car Coverage — Executive Officers The following is added to Sections II and III: 1. Any "auto" you don't own, hire or borrow is a covered "auto" for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your "executive officers," except: a. An "auto" owned by that "executive officer" or a member of that person's household; or b. An "auto" used by that "executive officer" while working in a business of selling, servicing, repairing or parking "autos." Such Liability and/or Physical Damage Coverage as is afforded by this provision. (1) Equal to the greatest of those coverages afforded any covered "auto"; and (2) Excess over any other collectible insurance. 2. For purposes of this provision, "executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and, while a resident of the same household, includes that person's spouse. Such "executive officers" are "insureds" while using a covered "auto" described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss The following is added to Section IV, Paragraph A.2.a.: (4) Your "employees" may know of an "accident" or "loss." This will not mean that you have such knowledge, unless such "accident" or "loss" is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. The following is added to Section IV, Paragraph A.2.b.: (6) Your "employees" may know of documents received concerning a claim or "suit." This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. B. Transfer Of Rights Of Recovery Against Others To Us The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have, because of payments we make for injury or damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. This injury or damage must arise out of your activities under a contract with that person or organization. You must agree to that requirement prior to an "accident" or "loss". CNA63359XX (Ed. 4/12) Copyright, CNA Corporation, 2000. Page 3 of 4 includes copyrighted material of the Insurance Services Office used with its permission. CNA CNA63359XX (Ed. 4112) C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. D. Other Insurance The following is added to Section IV, Paragraph B.S.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to "Accident" or "Loss". E. Policy Period, Coverage Territory Section IV, Paragraph B. 7.(5).(a). is revised to provide: a. 45 days of coverage in lieu of 30 days. V. DEFINI'T'IONS Section V. paragraph C. is deleted and replaced by the following' "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. CNA63359XX (Ed. 4112) Page 4 of 4 Package Policy with Property Insight/a Endorsement Declaration POLICY NUMBER C 5083024795 AGENCY NUMBER 072282 BRANCH NUMBER 050 CNA COVERAGE PROVIDED BY FROM - POLICY PERIOD - TO VALLEY FORGE INSURANCE COMPANY 04/15/2013 04/15/2014 333 S. WABASH CHICAGO, IL. 60604 INSURED NAME AND ADDRESS SPECIALIZED PAVEMENT MARKING, INC. 11095 SW INDUSTRIAL WAY SUITE A TUALATIN, OR 97062-9685 AGENCY NAME AND ADDRESS ANCHOR INS. & SURETY INC 1201 SW 12TH AVE STE. 500 PORTLAND, OR 97205 Phone Number: (503)224-2500 BRANCH NAME AND ADDRESS SEATTLE BRANCH 999 THIRD AVENUE, STE 2500 SEATTLE, WA 98104 Phone Number: (206)587-2600 This endorsement changes your policy. Please read it carefully. This endorsement results in no change in premium. INSURED Page 1 of 2 POLICY NUMBER C 5083024795 INSURED NAME AND ADDRESS SPECIALIZED PAVEMENT MARKING, INC. 11095 SW INDUSTRIAL WAY SUITE A TUALATIN, OR 97062-9685 FORMS AND ENDORSEMENTS SCHEDULE These following forms have been added to your policy Form Number G56015R G560158 Form Title 11/1991 CHANGES - NOTICE OF CANCELLATION FORM G -15115-A 11/1991 ENDORSEMENT EFFECTIVE 10-30-13 Chairman of tiro Board Countersignature P -55170-A (Ed. 01/86} INSURED Page 2 of 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 o Bawd1 1 .41 MN NM • 1111. POLICY NUMBER C 5083024795 INSURED NAME AND ADDRESS SPECIALIZED PAVEMENT MARKING, INC. 11095 SW INDUSTRIAL WAY SUITE A TUALATIN, OR 97062-9685 POLICY CHANGES ENDORSEMENT EFFECTIVE 10-30-13 This Change Endorsement changes the Policy. Please read it carefully. This Change Endorsement is a part of your Policy and takes effect on the effective date of your Policy, unless another effective date is shown. Added: G -15115A CHANGES - NOTICE OF CANCELLATION OR MATERIAL COVERAGE CHANGE as respects the City of Yakima. G -56015-B (ED. 11/91) Secretary EE- E O POLICY NUMBER C 5083024795 INSURED NAME AND ADDRESS SPECIALIZED PAVEMENT MARKING, INC. 11095 SW INDUSTRIAL WAY SUITE A TUALATIN, OR 97062-9685 POLICY CHANGES CHANGES - NOTICE OP CANCELLATION FORM G -15115-A This Change Endorsement changes the Policy. Please read it carefully. This Change Endorsement is a part of your Policy and takes effect on the effective date of your Policy, unless another effective date is shown. G -15115-A (Ed. 10/89) This form has been added to the policy: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CHANGES - NOTICE OF CANCELLATION OR MATERIAL COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part (other than the reduction of aggregate limits through payment of claims), we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Number of days advance notice: 45 10 Days for Non -Payment of Premium 2. Name: City of Yakima, Yakima Air Terminal 3. Address: 2406 W. Washington Ave., Suite B Yakima, WA 98903 cc. J-t�.,�...a Chairman of the Board G-56015-8 (ED. 11/91) (l secreta CN. G -15115-A (Ed. 10/89) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CHANGES - NOTICE OF CANCELLATION OR MATERIAL COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part (other than the reduction of aggregate limits through payment of claims), we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Number of days advance notice: nr nnnnnnnnnnnnnnnnnnnnnnn, annnnnnannnnnnnnnnnnnnn. nnnnnnnnnrmnnnnnnnnnnnnn, nnnnnnnnnnnnennnnnnnnnn4 2. Name. nnnnnnrayebennnnnnnnn anre�rnnnannnt)nnrannrahranranr 3. Address: rannranrannnnnnranrannnranrabrannarahennranranr nnnnnarm) nnnnnnnnnnnnnnnnra. nnnvannnnnnnravnnnnnnnnnnnnr G -15115-A (Ed. 10/89) Page 1 of 1 Business Auto Endorsement Declaration POLICY NUMBER C 5083024814 AGENCY NUMBER 072282 BRANCH NUMBER 050 COVERAGE PROVIDED BY CONTINENTAL INSURANCE COMPANY 333 S. WABASH CHICAGO, IL. 60604 INSURED NAME AND ADDRESS SPECIALIZED PAVEMENT MARKING, INC. 11095 SW INDUSTRIAL WAY SUITE A TUALATIN, OR 97062-9685 AGENCY NAME AND ADDRESS ANCHOR INS. & SURETY INC 1201 SW 12TH AVE STE. 500 PORTLAND, OR 97205 Phone Number: (503)224-2500 BRANCH NAME AND ADDRESS SEATTLE BRANCH 999 THIRD AVENUE, STE 2500 SEATTLE, WA 98104 Phone Number: (206)587-2600 CNA FROM - POLICY PERIOD - TO 04/15/2013 04/15/2014 This endorsement changes your policy. Please read it carefully. This endorsement results in no change in premium. Audit Period is Annual INSURED Page 1 of 3 POLICY NUMBER C 5083024814 INSURED NAME AND ADDRESS SPECIALIZED PAVEMENT MARKING, INC. 11095 SW INDUSTRIAL WAY SUITE A TUALATIN, OR 97062-9685 FORME AND ENDORSEMENTS SCHEDULE The following forms have been added to this policy. FORM NUMBER FORK TITLE G56015B 11/1991 ENDORSEMENT 10-30-2013 G300660A 06/2008 Notice of Cancellation or Material Change Endt Chairman of tho Board Countersignature V Seoretary P -55748-B (Ed. 12/90) INSURED Page 3 of 3 POLICY NUMBER C 5083024814 POLICY CHANGES ENDORSEMENT 10-30-2013 INSURED NAME AND ADDRESS SPECIALIZED PAVEMENT MARKING, INC. 11095 SW INDUSTRIAL WAY SUITE A TUALATIN, OR 97062-9685 This Change Endorsement changes the Policy. Please read it carefully. This Change Endorsement is a part of your Policy and takes effect on the effective date of your Policy, unless another effective date is shoran. Added: Form G -300660A "CHANGES - NOTICE OF CANCELLATION OR MATERIAL CHANGE" as respects City of Yakima, Yakima Air Terminal. Chaiman of the Board G -56015—B (ED. 11/91) 1(-)14414;:relary CNA G -300660-A (Ed. 06/08) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CHANGES - NOTICE OF CANCELLATION OR MATERIAL CHANGE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective Policy Number Named Insured Countersigned by (Authorized Representative) In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Number of days advance notice: 45 2. Name: City of Yakima, Yakima Air Terminal 3. Address: 2406 W. Washington Ave., Suite B Yakima, WA 98903 G -300660-A (Ed. 06/08) Page 1 of 1 Commercial Umbrella Endorsement Declaration POLICY NUMBER C 5083024800 AGENCY NUMBER 072282 BRANCH NUMBER 050 PREMIUM MMIM COVERAGE PROVIDED BY CONTINENTAL CASUALTY COMPANY 333 S. WABASH CHICAGO, IL. 60604 INSURED NAME AND ADDRESS SPECIALIZED PAVEMENT MARKING, INC. 11095 SW INDUSTRIAL WAY SUITE A TUALATIN, OR 97062-9685 AGENCY NAME AND ADDRESS ANCHOR INS. & SURETY INC 1201 SW 12TH AVE STE. 500 PORTLAND, OR 97205 Phone Number: (503)224-2500 BRANCH NAME AND ADDRESS SEATTLE BRANCH 999 THIRD AVENUE, STE 2500 SEATTLE, WA 98104 Phone Number: (206)587-2600 CNA FROM POLICY PERIOD - TO 04/15/2013 04/15/2014 This endorsement changes your policy. Please read it carefully. This endorsement results in no change in premium. INSURED Page 1 of 3 POLICY NUMBER C 5083024800 INSURED NAME AND ADDRESS SPECIALIZED PAVEMENT MARKING, INC. 11095 SW INDUSTRIAL WAY SUITE A TUALATIN, OR 97062-9685 POLICY CEANORS ENDORSEMENT EFFECTIVE 10-30-2013 This Change Endorsement changes the Policy. Please read it carefully. This Change Endorsement is a part of your Policy and takes effect on the effective date of your Policy, unless another effective date is shown. Added: Form G140428 "CHANGES - NOTICE OF CANCELLATION" as respects City of Yakima, Yakima Air Terminal. Chairman of the Board G -56015—B (ED. 11/91) Secretary INSURED Page 2 of 3 POLICY NUMBER C 5083024800 INSURED NAME AND ADDRESS SPECIALIZED PAVEMENT MARKING, INC. 11095 S4 INDUSTRIAL WAY SUITE A TUALATIN, OR 97062-9685 FORMS AND ENDORSEMENTS SCHEDULE These following forms have been added to your policy Form Number Form Title G140423A 10/2001 Changes -Notice of Cancellation ESE Chaff man of km Baud Countersignature Pc7:4oretaryi'` INSURED Page 3 of 3 CNA G -140428-A (Ed. 10/01) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CHANGES - NOTICE OF CANCELLATION This endorsement modifies Insurance provided under the following: COMMERCIAL UMBRELLA PLUS COVERAGE PART In the event of cancellation of This coverage, we agree to mail prior written notice of cancellation to: SCHEDULE 1. Name: City of Yakima Yakima Air Terminal 2. Address: 2406 W. Washington Ave . , Suite B Yakima, WA 98903 3. Number of days advance notice: 45 10 days notice for non-payment of premium. G -140428-A (Ed. 10/01) Page 1 of 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECI-1 OP ID: MH AC REY CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YWY) 10/31/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Phone: 503-224-2500 Anchor Insurance & Surety,Inc 1201 SW 12th Ave., Suite 500 Fax: 503-224-9830 Portland, OR 97205-2030 Richard Kowalski NAAMNEACT Melissa C Hall PHONE 503-224-2500 FAX (VC. o, Ext): (AIC, No): 503-224-9830 E-MADDRESS: mhall@anchorias.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A Transportation Insurance Co. 20494 INSURED City of Yakima The Contracting Agency Huibregste Louman Associates LLC 2406 W. Washington Avenue Suite B Yakima, WA 98903 INSURER B . INSURER C . INSURER D $ INSURER E . $ INSURER F . COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYpE OF INSURANCE ADDL INSR SUBR W VD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYYI LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TORENTED PREMISES (Ea occurrence) $ CLAIMS -MADE OCCUR MED EXP (Any one person) $ PERSONAL 8. ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE 7 POLICY LIMIT APPLIES j7 PER: LOC PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN N / A WC STATU- TORY LIMITS OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E L. DISEASE - POLICY LIMIT $ A OWNERS' & PROTECTIVE LIAB. CONTRACTORS' OCP 5095021849 11/01/2013 04/15/2014 Per Occ. 3,000,000 Aggregate 3,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: The Yakima Air Terminal - Terminal Apron Rehabilitation - A.I.P No. 3- 53-0089-33 (FY 13). CANCELLATION SPECI-2 Specialized Pavement Marking, Inc. 11095 SW Industrial Way, Ste A Tualatin, OR 97062 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i1 20020004950950218497036 CNA IMPORTANT INFORMATION NOTICE - OFFER OF TERRORISM COVERAGE AND CONFIRMATION OF REJECTION OF COVERAGE; DISCLOSURE OF PREMIUM FOR STATES IN WHICH COVERAGE FOR CERTIFIED ACTS OF TERRORISM CANNOT BE REJECTED THIS NOTICE DOES NOT FORM A PART OF YOUR POLICY, GRANT ANY COVERAGE OR CHANGE THE TERMS AND CONDITIONS OF ANY COVERAGE UNDER THE POLICY You are hereby notified that under the Terrorism Risk Insurance Act, as extended and reauthorized ("Act"), you have a right to purchase insurance coverage of losses arising out of acts of terrorism, as defined in Section 102(1) of the Act, subject to all applicable policy provisions. The Terrorism Risk Insurance Act established a federal program within the Department of the Treasury, under which the federal government shares, with the insurance industry, the risk of loss from future terrorist attacks. This Notice is designed to alert you to coverage restrictions and to certain terrorism provisions in the policy. If there is any conflict between this Notice and the policy (including its endorsements), the provisions of the policy (including its endorsements) apply. CHANGE IN THE DEFINITION OF A CERTIFIED ACT OF TERRORISM The Act applies when the Secretary of the Treasury certifies that an event meets the definition of an act of terrorism. Originally, the Act provided that to be certified, an act of terrorism must cause losses of at least five million dollars and must have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest to coerce the government or population of the United States. However, the 2007 re -authorization of the Act no longer requires the act of terrorism to be committed by or on behalf of a foreign interest and certified acts of terrorism now encompasses, for example, a terrorist act committed against the United States government by a United States citizen when the act is determined by the federal government to be "a certified act of terrorism." In accordance with the Act, we are required to offer you coverage for losses resulting from an act of terrorism that is certified under the federal program as an act of terrorism. The other provisions of this coverage part, including nuclear, war or military action exclusions, will still apply to such an act. CONFIRMATION OF REJECTION OF COVERAGE In accordance with The Act, we offered you coverage for losses resulting from an act of terrorism that is certified under the federal program. This Notice confirms that you have chosen to reject our offer of coverage for certified acts of terrorism for this coverage part to the extent possible. DISCLOSURE OF PREMIUM Certain states may not allow coverage for certified acts of terrorism to be rejected for any coverage part. If you have locations in states in which coverage for certified acts of terrorism can not be rejected, that premium is shown in your Declarations. DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The Department of the Treasury will pay a share of terrorism losses insured under the federal program. The federal share equals 85% of that portion of the amount of such insured losses that exceeds the applicable insurer retention. G -144246-F (Ed. 12/07) Page 1 of 2 LIMITATION ON PAYMENT OF TERRORISM LOSSES (applies to policies which cover terrorism losses insured under the federal program) If aggregate insured losses attributable to terrorist acts certified under the Terrorism Risk Insurance Act exceed $100 billion in a Program Year (January 1 through December 31), the Treasury shall not make any payment for any portion of the amount of such losses that exceeds $100 billion. Further, this coverage is subject to a limit on our liability pursuant to the federal law where if aggregate insured losses attributable to terrorist acts certified under the Act exceed $100 billion in a Program Year, (January 1 through December 31) and we have met our insurer deductible under the Act, we shall not be liable for the payment of any portion of the amount of such losses that exceeds $100 billion. In such case insured losses up to that amount are subject to pro rata allocation in accordance with procedures established by the Secretary of the Treasury. G -144246-F (Ed. 12/07) Page 2 of 2 1 1 1 1 1 1 1 1 1 1 1 1 1 Owners And Contractors Protective New Business Declaration L 1 C'NA POLICY NUMBER C 5095021849 AGENCY NUMBER 072282 BRANCH NUMBER 050 COVERAGE PROVIDED BY TRANSPORTATION INSURANCE COMPANY 333 S. WABASH CHICAGO, IL. 60604 FROM - POLICY PERIOD - TO 11/01/2013 04/15/2014 INSURED NAME AND ADDRESS CITY OF YAKIMA, PER MANUSCRIPT ENDORSEMENT 2406 W. WASHINGTON AVENUE SUITE B YAKIMA, WA 97062 AGENCY NAME AND ADDRESS ANCHOR INS. & SURETY INC 1201 SW 12TH AVE STE. 500 PORTLAND, OR 97205 Phone Number: (503)224-2500 BRANCH NAME AND ADDRESS SEATTLE BRANCH 999 THIRD AVENUE, STE 2500 SEATTLE, WA 98104 Phone Number: (206)587-2600 This policy becomes effective and expires at 12:01 A.M. standard time at your mailing address on the dates shown above. The Named Insured is a Local Government. Your policy is composed of this Declarations, with the attached Common Policy Conditions, Coverage Forms, and Endorsements, if any. The Policy Forms and Endorsement Schedule shows all forms applicable to this policy at the time of policy issuance. The Estimated Policy Premium Is $5,000.00 Audit Period is Not Auditable Designated Contractor: SPECIALIZED PAVEMENT MARKING, INC. Mailing Address: 11095 SW INDUSTRIAL WAY SUITE A IPLocation of Covered Operations: 1 TUALATIN, OR 97062-9685 THE YAKIMA AIR TE RMINAL YAKIMA, WA 98903 INSURED Page 1 of 3 POLICY NUMBER C 5095021849 INSURED NAME AND ADDRESS CITY OF YAKIMA, PER MANUSCRIPT ENDORSEMENT 2406 W. WASHINGTON AVENUE SUITE B YAKIMA, WA 97062 Description of Covered Operations: PROJECT: THE YAKIMA AIR TERMINAL TERMINAL APRON REHABILITATION A.I.P. NO. 3-53-0089-33 (FY 13) HLA PROJECT NO: 11050C SCOPE OF WORK: PAINTED MARKINGS, CRACK SEAL, SLURRY AT SCHEDULE A PHASE 1 (WEST RAMP) SCHEDULE B PHASE 2 (EAST RAMP) In return for the payment of the premium, and subject to all the terms and conditions contained here -in, we agree to provide the insurance as stated. LIMITS OF INSURANCE DESCRIPTION Each Occurrence Aggregate Limit SCHEDULE OF LOCATIONS AND COVERAGES COVERAGE/HAZARD DESCRIPTION Location 1 THE YAKIMA AIR TERMINAL YAKIMA, WA 98903 Class Code 16291 Construction Operations - contractor (not railroads) - excluding operations on board ships Owners and Contractors Protective LIMIT $3,000,000 $3,000,000 PREMIUM ESTIMATED EXPOSURE BASIS RATE PREMIUM FLAT CHARGE $5,000 LOCATION SUB -TOTAL $5,000 INSURED Page 2 of 3 1 1 1 1 1 1 1 1 1 1 1 POLICY NUMBER C 5095021849 INSURED NAME AND ADDRESS CITY OF YAKIMA, PER MANUSCRIPT ENDORSEMENT 2406 W. WASHINGTON AVENUE SUITE B YAKIMA, WA 97062 Form Number G56015B CG0009 CG2173 CG2836 CG3131 CG3370 G142654A G43316C IL0003 IL0021 IL0142 11/1991 04/2013 01/2008 10/1989 12/2004 03/2005 07/2002 06/1998 09/2007 04/1998 09/2008 FORMS AND ENDORSEMENTS SCHEDULE Form Title NAMED INSURED ENDORSEMENT OCP-Cov for Operations of Designated Contractors Exclusion of Certified Acts Terrorism Oregon Changes - Cancellation and Nonrenewal Fungi Or Bacteria Exclusion Silica or Silica -Related Dust Exclusion (OCP) Exclusion -Engineers, Architects Or Surveyors Prof Exclusion - Asbestos Calculation of Premium Nuclear Energy Liab Exclusion Endt (Broad Form), Oregon Changes - Domestic Partnership *** PLEASE READ THE ENCLOSED IMPORTANT NOTICES CONCERNING YOUR POLICY *** Form Number G144246F 12/2007 Form Title Notice-Offer/Reject Terrorism Premium Disclosure tte4owdea 1144), Chairman of the Board P -55176-A (Ed. 01/86) INSURED Countersignature Secretary Page 3 of 3 POLICY NUMBER C 5095021849 F:4 4., 4- INSURED NAME AND ADDRESS CITY OF YAKIMA, PER MANUSCRIPT ENDORSEMENT 2406 W. WASHINGTON AVENUE SUITE B YAKIMA, WA 97062 POLICY CHANGES NAMED INSURED ENDORSEMENT This Change Endorsement changes the Policy. Please read it carefully. This Change Endorsement is a part of your Policy and takes effect on the effective date of your Policy, unless another effective date is shown. Named Insured is to read: City of Yakima, its employees, agents, elected and appointed officials, The Contracting Agency and its officers, elected officials, employees, agents and volunteers Hulbregste, Louman Associates, Inc. (HLA) t•eusrv,-4.4 Chairman of the Board G -56015-B (ED. 11/91) Secretory 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 20020004950950218497040 COMMERCIAL GENERAL LIABILITY CG 00 09 04 13 OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM - COVERAGE FOR OPERATIONS OF DESIGNATED CONTRACTOR Various provisions of this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy the words "you" and "your" refer to the Named Insured shown in the Declarations. The words "we," "us" and "our" refer to the company providing this insurance. The word "insured" means any person or organization qualifying as such under Section II — Who Is An Insured. Other words and phrases that appear in quotation marks have special meaning. Refer to Section V —Definitions. SECTION I — COVERAGES BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1. Insuring Agreement a. We will pay those sums that the insured becomes legally obligated to pay as damages because of "bodily injury" or "property damage" to which this insurance applies. We will have the right and duty to defend the insured against any "suit" seeking those damages. However, we will have no duty to defend the insured against any "suit" seeking damages for "bodily injury" or "property damage" to which this insurance does not apply. We may, at our discretion, investigate any "occurrence" and settle any claim or "suit" that may result. But: (1) The amount we will pay for damages is limited as described in Section III — Limits Of Insurance; and (2) Our right and duty to defend ends when we have used up the applicable limit of insurance in the payment of judgments or settlements. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under Supplementary Payments. b. This insurance applies to "bodily injury" and "property damage" only if: (1) The "bodily injury" or "property damage" is caused by an "occurrence" and arises out of: (a) Operations performed for you by the "contractor" at the location specified in the Declarations; or (b) Your acts or omissions in connection with the general supervision of such operations; (2) The "bodily injury" or "property damage" occurs during the policy period; and Prior to the policy period, no insured listed under Paragraph 1. of Section 11 — Who Is An Insured and no "employee" authorized by you to give or receive notice of an "occurrence" or claim, knew that the "bodily injury" or "property damage" had occurred, in whole or in part. If such a listed insured or authorized "employee" knew, prior to the policy period, that the "bodily injury" or "property damage" occurred, then any continuation, change or resumption of such "bodily injury" or "property damage" during or after the policy period will be deemed to have been known prior to the policy period c. "Bodily injury" or "property damage" which occurs during the policy period and was not, prior to the policy period, known to have occurred by any insured listed under Paragraph 1. of Section 11 — Who Is An Insured or any "employee" authorized by you to give or receive notice of an "occurrence" or claim, includes any continuation, change or resumption of that "bodily injury" or property damage" after the end of the policy period (3) CG 00 09 0413 Copyright, Insurance Services Office, Inc., 2012 Page 1 of 9 d. "Bodily injury" or "property damage" will be deemed to have been known to have occurred at the earliest time when any insured listed under Paragraph 1. of Section II — Who Is An Insured or any "employee" authorized by you to give or receive notice of an "occurrence" or claim: (1) Reports all, or any part, of the "bodily injury" or "property damage" to us or any other insurer; (2) Receives a written or verbal demand or claim for damages because of the "bodily injury" or "property damage"; or (3) Becomes aware by any other means that "bodily injury" or "property damage" has occurred or has begun to occur. e. Damages because of "bodily injury" include damages claimed by any person or organization for care, loss of services or death resulting at any time from the "bodily injury." 2. Exclusions This insurance does not apply to: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" resulting from the use of reasonable force to protect persons or property. b. Contractual Liability "Bodily injury" or "property damage" for which the insured is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages: (1) That the insured would have in the absence of the contract or agreement; or (2) Assumed in a contract or agreement that is an "insured contract," provided the "bodily injury" or "property damage" occurs subsequent to the execution of the contract or agreement. Solely for the purposes of liability assumed in an "insured contract," reasonable attorneys' fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of "bodily injury" or "property damage," provided: (a) Liability to such party for, or for the cost of, that party's defense has also been assumed in the same "insured contract"; and (b) Such attorneys' fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. c. Work Completed Or Put To Intended Use "Bodily injury" or "property damage" which occurs after the earlier of the following times: (1) When all "work" on the project (other than service, maintenance or repairs) to be performed for you by the "contractor" at the site of the covered operations has been completed; or (2) When that portion of the "contractor's" "work," out of which the injury or damage arises, has been put to its intended use by any person or organization, other than another contractor or subcontractor working directly or indirectly for the "contractor" or as part of the same project. d. Acts Or Omissions By You And Your Employees "Bodily injury" or "property damage" arising out of your, or your "employees," acts or omissions other than general supervision of "work" performed for you by the "contractor." e. Workers' Compensation And Similar Laws Any obligation of the insured under a workers' compensation, disability benefits or unemployment compensation law or any similar law. f. Employer's Liability "Bodily injury" to: (1) An "employee" of the insured arising out of and in the course of: (a) Employment by the insured; or (b) Performing duties related to the conduct of the insured's business; or (2) The spouse, child, parent, brother or sister of that "employee" as a consequence of Paragraph (1) above. This exclusion applies whether the insured may be liable as an employer or in any other capacity and to any obligation to share damages with or repay someone else who must pay damages because of the injury. This exclusion does not apply to liability assumed by the insured under an "insured contract." Page 2 of 9 Copyright, Insurance Services Office, Inc., 2012 CG 00 09 0413 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 20020004950950218497041 i 1 g. Damage To Property "Property damage" to: (1) Property you own, rent, or occupy, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Property loaned to you; (3) Personal property in the care, custody or control of the insured; or (4) "Work" performed for you by the "contractor." h. War "Bodily injury" or "property damage," however caused, arising, directly or indirectly, out of: (1) War, including undeclared or civil war; (2) Warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents; or (3) Insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. i. Mobile Equipment "Bodily injury" or "property damage" arising out of the use of "mobile equipment" in, or while in practice for, or while being prepared for, any prearranged racing, speed, demolition, or stunting activity. Pollution (1) "Bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": (a) At or from any premises, site or location which is or was at any time owned or occupied by, or rented or loaned to, any insured. However, this subparagraph does not apply to• (i) "Bodily injury" if sustained within a building and caused by smoke, fumes, vapor or soot produced by or originating from equipment that is used to heat, cool or dehumidify the building, or equipment that is used to heat water for personal use, by the building's occupants or their guests; 1• (ii) "Bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire"; (b) At or from any premises, site or location which is or was at any time used by or for any insured or others for the handling, storage, disposal, processing or treatment of waste; (c) Which are or were at any time transported, handled, stored, treated, disposed of, or processed as waste by or for: (i) Any insured; or (ii) Any person or organization for whom you may be legally responsible; or (d) At or from any premises, site or location on which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the "pollutants" are brought on or to the premises, site or location in connection with such operations by such insured, contractor or subcontractor. However, this subparagraph does not apply to: (i) "Bodily injury" or "property damage" arising out of the escape of fuels, lubricants or other operating fluids which are needed to perform the normal electrical, hydraulic or mechanical functions necessary for the operation of "mobile equipment" or its parts, if such fuels, lubricants or other operating fluids escape from a vehicle part designed to hold, store or receive them. This exception does not apply if the "bodily injury" or "property damage" arises out of the intentional discharge, dispersal or release of the fuels, lubricants or other operating fluids, or if such fuels, lubricants or other operating fluids are brought on or to the premises, site or location with the intent that they be discharged, dispersed or released as part of the operations being performed by such insured, contractor or subcontractor; CG 00 09 0413 Copyright, Insurance Services Office, Inc., 2012 Page 3 of 9 (ii) "Bodily injury" or "property damage" sustained within a building and caused by the release of gases, fumes or vapors from materials brought into that building in connection with operations being performed by or on behalf of any insured; or (iii) "Bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire." (e) At or from any premises, site or location on which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the operations are to test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants." (2) Any loss, cost or expense arising out of any: (a) Request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants"; or (b) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of "pollutants." However, this paragraph does not apply to liability for damages because of "property damage" that the insured would have in the absence of such request, demand, order or statutory or regulatory requirement, or such claim or "suit" by or on behalf of a governmental authority k. Damage To Impaired Property Or Property Not Physically Injured "Property damage" to "impaired property" or property that has not been physically injured, arising out of: (1) A defect, deficiency, inadequacy or dangerous condition in "work" performed for you by the "contractor"; or (2) A delay or failure by you or anyone acting on your behalf to perform a contract or agreement in accordance with its terms. This exclusion does not apply to the loss of use of other property arising out of sudden and accidental physical injury to "work" performed for you by the "contractor." I. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data. However, this exclusion does not apply to liability for damages because of "bodily injury." As used in this exclusion, electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software, including systems and applications software, hard or floppy disks, CD- ROMs, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. SUPPLEMENTARY PAYMENTS 1. We will pay, with respect to any claim we investigate or settle, or any "suit" against an insured we defend: a. All expenses we incur. b. Up to $250 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which this insurance applies. We do not have to furnish these bonds. c. The cost of bonds to release attachments, but only for bond amounts within the applicable limit of insurance. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit," including actual loss of earnings up to $250 a day because of time off from work. e. All court costs taxed against the insured in the "suit." However, these payments do not include attorneys' fees or attorneys' expenses taxed against the insured. f. Prejudgment interest awarded against the insured on that part of the judgment we pay. If we make an offer to pay the applicable, limit of insurance, we will not pay any prejudgment interest based on that period of time after the offer. All interest on the full amount of any judgment that accrues after entry of the judgment and before we have paid, offered to pay, or deposited in court the part of the judgment that is within the applicable limit of insurance g. Page 4 of 9 Copyright, Insurance Services Office, Inc., 2012 CG 00 09 0413 1 1 1 1 1 1 1 1 1 1 1 1 1 i1 20020004950950218497042 h. Expenses incurred by the insured for first aid administered to others at the time of an accident for "bodily injury" to which this insurance applies. These payments will not reduce the limits of insurance. 2. If we defend an insured against a "suit" and an indemnitee of the insured is also named as a party to the "suit," we will defend that indemnitee if all of the following conditions are met: a. The "suit" against the indemnitee seeks damages for which the insured has assumed the liability of the indemnitee in a contract or agreement that is an "insured contract"; b. This insurance applies to such liability assumed by the insured; c. The obligation to defend, or the cost of the defense of, that indemnitee, has also been assumed by the insured in the same "insured contract"; d. The allegations in the "suit" and the information we know about the "occurrence" are such that no conflict appears to exist between the interests of the insured and the interests of the indemnitee, e. The indemnitee and the insured ask us to conduct and control the defense of that indemnitee against such "suit" and agree that we can assign the same counsel to defend the insured and the indemnitee; and f. The indemnitee: (1) Agrees in writing to: (a) Cooperate with us in the investigation, settlement or defense of the "suit"; (b) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the "suit"; (c) Notify any other insurer whose coverage is available to the indemnitee; and (d) Cooperate with us with respect to coordinating other applicable insurance available to the indemnitee; and (2) Provides us with written authorization to: (a) Obtain records and other information related to the "suit"; and (b) Conduct and control the defense of the indemnitee in such "suit." So long as the above conditions are met, attorneys' fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be paid as Supplementary Payments. Notwithstanding the provisions of Paragraph 2.b.(2) of Section 1 — Coverages — Bodily Injury And Property Damage Liability, such payments will not be deemed to be damages for "bodily injury" and "property damage" and will not reduce the limits of insurance. Our obligation to defend an insured's indemnitee and to pay for attorneys' fees and necessary litigation expenses as Supplementary Payments ends when we have used up the applicable limit of insurance in the payment of judgments or settlements or the conditions set forth above, or the terms of the agreement described in Paragraph f. above, are no longer met. SECTION II — WHO IS AN INSURED 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to their duties as partners or members of a joint venture. c. A limited liability company, you are an insured. Your members are also insureds, but only with respect to their duties as members of a limited liability company. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. 2. Each of the following is also an insured: a. Any person (other than your "employee") or any organization while acting as your real estate manager. CG 00 09 0413 Copyright, Insurance Services Office, Inc., 2012 Page 5 of 9 b. Any person or organization having proper temporary custody of your property if you die, but only: (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed c. Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Part. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. SECTION III — LIMITS OF INSURANCE 1. The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits." 2. The Aggregate Limit is the most we will pay for the sum of damages because of all "bodily injury" and "property damage." 3. Subject to Paragraph 2. above, the Each Occurrence Limit is the most we will pay for the sum of damages because of all "bodily injury" and "property damage" arising out of any one "occurrence." If you designate more than one project in the Declarations, the Aggregate Limit shall apply separately to each project. The Limits of Insurance of this Coverage Part apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. SECTION IV — CONDITIONS 1. Bankruptcy Bankruptcy or insolvency of the insured or of the insured's estate will not relieve us of our obligations under this Coverage Part. 2.- Cancellation a. The first Named Insured shown in the Declarations may cancel this policy by mailing or delivering to us advance written notice of cancellation. b. We may cancel this policy by mailing or delivering to the first Named Insured and the "contractor" written notice of cancellation at least: (1) 10 days before the effective date of cancellation if we cancel for nonpayment of premium; or (2) 30 days before the effective date of cancellation if we cancel for any other reason. c. We will mail or deliver our notices to the first Named Insured's and the "contractor's" last mailing address known to us. d. Notice of cancellation will state the effective date of cancellation. The policy period will end on that date. e. If this policy is cancelled, we will send the "contractor" any premium refund due. If we cancel, the refund will be pro rata. If the first Named Insured cancels, the refund may be less than pro rata. The cancellation will be effective even if we have not made or offered a refund. f. If notice is mailed, proof of mailing will be sufficient proof of notice. 3. Changes This policy contains all the agreements between you, the "contractor" and us concerning the insurance afforded. The first Named Insured shown in the Declarations and the "contractor" are authorized to make changes in the terms of this policy with our consent. This policy's terms can be amended or waived only by endorsement issued by us and made a part of this policy. 4. Duties In The Event Of Occurrence, Claim Or Suit a. You must see to it that we are notified as soon as practicable of an "occurrence" which may result in a claim. To the extent possible, notice should include: (1) How, when and where the "occurrence" took place; (2) The names and addresses of any injured persons and witnesses; and Page 6 of 9 Copyright, Insurance Services Office, Inc., 2012 CG 00 09 0413 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 20020004950950218497043 (3) The nature and location of any injury or damage arising out of the "occurrence." b. If a claim is made or "suit" is brought against any insured, you must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. You and any other involved insured must: (1) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or "suit"; (2) Authorize us to obtain records and other information; Cooperate with us in the investigation or settlement of the claim or defense against the "suit"; and (4) Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of injury or damage to which this insurance may also apply. d. No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. 5. Examination Of Your Books And Records We may examine and audit your books and records as well as the "contractor's" books and records as they relate to this policy at any time during the policy period and up to three years afterward. 6. Inspections And Surveys a. We have the right to: (1) Make inspections and surveys at any time; (2) Give you reports on the conditions we find; and (3) (3) Recommend changes. b. We are not obligated to make any inspections, surveys, reports or recommendations and any such actions we do undertake relate only to insurability and the premiums to be charged. We do not make safety inspections. We do not undertake to perform the duty of any person or organization to provide for the health or safety of workers or the public. And we do not warrant that conditions: (1) Are safe or healthful; or (2) Comply with laws, regulations, codes or standards. c. Paragraphs a. and b. of this condition apply not only to us, but also to any rating, advisory, rate service or similar organization which makes insurance inspections, surveys, reports or recommendations. d. Paragraph b. of this condition does not apply to any inspections, surveys, reports or recommendations we may make relative to certification, under state or municipal statutes, ordinances or regulations, of boilers, pressure vessels or elevators. 7. Legal Action Against Us No person or organization has a right under this Coverage Part: a. To join us as a party or otherwise bring us into a "suit" asking for damages from an insured; or b. To sue us on this Coverage Part unless all of its terms have been fully complied with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured; but we will not be liable for damages that are not payable under the terms of this Coverage Part or that are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claimant's legal representative 8. Other Insurance The insurance afforded by this Coverage Part is primary insurance and we will not seek contribution from any other insurance available to you unless the other insurance is provided by a contractor other than the designated "contractor" for the same operation and job location designated in the Declarations. Then we will share with that other insurance by the method described below. If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the Toss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. 9. Premiums The "contractor". a. Is responsible for the payment of all premiums; and CG 00 09 0413 Copyright, Insurance Services Office, Inc., 2012 Page 7 of 9 b. Will be the payee for any return premiums we pay. 10. Premium Audit a. We will compute all premiums for this Coverage Part in accordance with our rules and rates. b. Premium shown in this Coverage Part as advance premium is a deposit premium only. At the close of each audit period we will compute the earned premium for that period and send notice to the "contractor " The due date for audit and retrospective premiums is the date shown as the due date on the bill. If the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to the "contractor.", c. The "contractor" must keep records of the information we need for premium computation, and send us copies at such times as we may request. 11. Separation Of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Coverage, Part to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or "suit" is brought. 12. Transfer Of Rights Of Recovery Against Others To Us If the insured has rights to recover all or part of any payment we have made under this Coverage Part those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. 13. When We Do Not Renew If we decide not to renew this Coverage Part, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 30 days before the expiration date. If notice is mailed, proof of mailing will be sufficient proof of notice. SECTION V — DEFINITIONS 1. "Auto" means: a. A land motor vehicle, trailer or semitrailer designed for travel on public roads, including any attached machinery or equipment; or b. Any other land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. However, "auto" does not include "mobile equipment." 2. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death resulting from any of these at any time. 3. "Contractor" means the contractor designated in the Declarations. 4. "Employee" includes a 'leased worker." "Employee" does not include a "temporary worker." 5. "Executive officer" means a person holding any of the officer positions created by your charter, constitution, bylaws or any other similar governing document. 6. "Hostile fire" means one which becomes uncontrollable or breaks out from where it was intended to be. 7. "Impaired property" means tangible property, other than work performed for you, that cannot be used or is Tess useful because: a. It incorporates work performed for you that is known or thought to be defective, deficient, inadequate or dangerous; or b. You have failed to fulfill the terms of a contract or agreement; if such property can be restored to use by the repair, replacement, adjustment or removal of the work performed for you or your fulfilling the terms of the contract or agreement. 8. "Insured contract" means: a. A lease of premises; b. A sidetrack agreement; c. Any easement or license agreement, except in connection with construction or demolition operations on or within 50 feet of a railroad; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; or e. An elevator maintenance agreement. 9. "Leased worker" means a person leased to you by a labor leasing firm under an agreement between you and the labor leasing firm, to perform duties related to the conduct of your business. "Leased worker" does not include a "temporary worker." Page 8 of 9 Copyright, Insurance Services Office, Inc., 2012 CG 00 09 0413 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 20020004950950218497044 10. "Mobile equipment" means any of the following types of land vehicles, including any attached machinery or equipment: a. Bulldozers, farm machinery, forklifts and other vehicles designed for use principally off public roads; b. Vehicles maintained for use solely on or next to premises you own or rent; c. Vehicles that travel on crawler treads; d. Vehicles, whether self-propelled or not, maintained primarily to provide mobility to permanently mounted: (1) Power cranes, shovels, loaders, diggers or drills; or (2) Road construction or resurfacing equipment such as graders, scrapers or rollers; e. Vehicles not described in Paragraph a., b., c. or d. above that are not self-propelled and are maintained primarily to provide mobility to permanently attached equipment of the following types: (1) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment; or (2) Cherry pickers and similar devices used to raise or lower workers; f. Vehicles not described in Paragraph a., b., c. or d. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the following types of permanently attached equipment are not "mobile equipment" but will be considered "autos": (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; (2) Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers; and (3) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment. However, "mobile equipment" does not include land vehicles that are subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. Land vehicles subject to a compulsory or financial responsibility law or other motor vehicle insurance law are considered "autos." 11. "Occurrence" means an accident, including continuous or repeated exposure to substantially the same general harmful conditions. 12. "Pollutants" mean any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals and waste. Waste includes materials to be recycled, reconditioned or reclaimed. 13. "Property damage" means. a. Physical injury to tangible property, including all resulting loss of use of that property All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it. For the purposes of this insurance, electronic data is not tangible property. As used in this definition, electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from, computer software, including systems and applications software, hard or floppy disks, CD- ROMs, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 14. "Suit" means a civil proceeding, brought in the United States of America (including its territories and possessions), Puerto Rico or Canada, in which damages because of "bodily injury" or "property damage" to which this insurance applies are alleged. "Suit" includes: a. An arbitration proceeding in which such damages are claimed and to which the insured must submit or does submit with our consent; or b. Any other alternative dispute resolution proceeding in which such damages are claimed and to which the insured submits with our consent. 15. "Temporary worker" means a person who is furnished to you to substitute for a permanent "employee" on leave or to meet seasonal or short- term workload conditions. 16. "Work" includes materials, parts or equipment furnished in connection with the operations. CG 00 09 0413 Copyright, Insurance Services Office, Inc., 2012 Page 9 of 9 20020004950950218497045 COMMERCIAL GENERAL LIABILITY CG 21 73 01 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EXCLUSION OF CERTIFIED ACTS OF TERRORISM This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY A. The following exclusion is added: This insurance does not apply to: TERRORISM "Any injury or damage" arising, directly or indirectly, out of a "certified act of terrorism." B. The following definitions are added: 1. For the purposes of this endorsement, "any injury or damage" means any injury or damage covered under any Coverage Part to which this endorsement is applicable, and includes but is not limited to "bodily injury," "property damage," "personal and advertising injury," "injury" or "environmental damage" as may be defined in any applicable Coverage Part. CG 21 73 01 08 2. "Certified act of terrorism" means an act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States, to be an act of terrorism pursuant to the federal Terrorism Risk Insurance Act. The criteria contained in the Terrorism Risk Insurance Act for a "certified act of terrorism" include the following: a. The act resulted in insured losses in excess of $5 million in the aggregate, attributable to all types of insurance subject to the Terrorism Risk Insurance Act; and b. The act is a violent act or an act that is dangerous to human life, property or infrastructure and is committed by an individual or individuals as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. Copyright, ISO Properties, Inc., 2007 Page 1 of 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1=== 1 1 20020004950950218497046 CG28361089. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OREGON CHANGES -- CANCELLATION AND NONRENEWAL This endorsement modifies insurance provided under the following: OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART A. Paragraph 2.b. of the Cancellation Condition is replaced by the following: b. (1) If this policy has been in effect for fewer than 60 days and is not a renewal policy, we may cancel for any reason. (2) If this policy has been in effect for 60 days or more or is a renewal policy, we may cancel only for one or more of the following reasons: (a) Nonpayment of premium; (b) Fraud or material misrepresentation made by you or with your knowledge in obtaining the policy, continuing the policy or in presenting a claim under the policy; (c) Substantial increase in the risk of loss after insurance coverage has been issued or renewed, including but not limited to an increase in exposure due to rules, legislation or court decision; (d) Substantial breach of contractual duties, conditions or warranties; (e) Determination by the commissioner that the continuation of a line of insurance or class of business to which the policy belongs will jeopardize our solvency or will place us in violation of the insurance laws of Oregon or any other state; Loss or decrease in reinsurance covering the risk; or Any other reason approved by the commissioner by rule. (f) (g) B. C. (3) We will mail or deliver to the first Named Insured and the "contractor" written notice of cancellation, stating the reason for cancellation. Cancellation will not be effective until at least 10 working days after the first Named Insured and the "contractor" receive our notice. Paragraph f. of the Cancellation Condition does not apply. The following are added and supersede any provision to the contrary: 1. NONRENEWAL We may elect not to renew this policy by mailing or delivering to the first Named Insured and the "contractor," at the last mailing address known to us, written notice of nonrenewal before the: a. Expiration date of the policy; or b. Anniversary date of the policy if the policy is written for a term of more than one year or without a fixed expiration date. However, if this policy is issued for a term of more than one year and for additional consideration the premium is guaranteed, we may not refuse to renew the policy at its anniversary date. Nonrenewal will not be effective until at least 30 days after the first Named Insured and the "contractor" receive our notice. 2. MAILING OF NOTICES If notice of cancellation or nonrenewal is mailed, a post office certificate of mailing will be conclusive proof that the first Named Insured and the "contractor" received the notice on the third calendar day after the date of the certificate of mailing. CG 28 36 10 89 Copyright, Insurance Services Office, Inc., 1988, 1989 20020004950950218497047 COMMERCIAL GENERAL LIABILITY CG 31 31 12 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. FUNGI OR BACTERIA EXCLUSION This endorsement modifies insurance provided under the following: OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A. The following exclusion is added to Paragraph 2. Exclusions of Section I — Coverages — Bodily Injury And Property Damage Liability: 2. Exclusions This insurance does not apply to: Fungi Or Bacteria a. "Bodily injury" or "property damage" which would not have occurred, in whole or in part, but for the actual, alleged or threatened inhalation of, ingestion of, contact with, exposure to, existence of, or presence of, any "fungi" or bacteria on or within a building or structure, including its contents, regardless of whether any other cause, event, material or product contributed concurrently or in any sequence to such injury or damage. CG 31 31 12 04 B. b. Any loss, cost or expenses arising out of the abating, testing for, monitoring, cleaning up, removing, containing, treating, detoxifying, neutralizing, remediating or disposing of, or in any way responding to, or assessing the effects of, "fungi" or bacteria, by any insured or by any other person or entity. This exclusion does not apply to any "fungi" or bacteria that are, are on, or are contained in, a good or product intended for bodily consumption. The following definition is added to the Definitions Section: "Fungi" means any type or form of fungus, including mold or mildew and any mycotoxins, spores, scents or byproducts produced or released by fungi. Copyright, ISO Properties, Inc., 2003 Page 1 of 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1- .= 20020004950950218497048 E i 1 COMMERCIAL GENERAL LIABILITY CG 33 70 03 05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. SILICA OR SILICA -RELATED DUST EXCLUSION This endorsement modifies insurance provided under the following: OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A. The following exclusion is added to Paragraph 2., Exclusions of Section I — Coverages Bodily Injury And Property Damage Liability: 2. Exclusions This insurance does not apply to: SILICA OR SILICA -RELATED DUST a. "Bodily injury" arising, in whole or in part, out of the actual, alleged, threatened or suspected inhalation of, or ingestion of, "silica" or "silica -related dust." b. "Property damage" arising, in whole or in part, out of the actual, alleged, threatened or suspected contact with, exposure to, existence of, or presence of, "silica" or "silica -related dust." c. Any Toss, cost or expense arising, in whole or in part, out of the abating, testing for, monitoring, cleaning up, removing, containing, treating, detoxifying, neutralizing, remediating or disposing of, or in any way responding to or assessing the effects of, "silica" or "silica -related dust," by any insured or by any other person or entity. B. The following definitions are added to the Definitions Section: 1. "Silica" means silicon dioxide (occurring in crystalline, amorphous and impure forms), silica particles, silica dust or silica compounds. 2. "Silica -related dust" means a mixture or combination of silica and other dust or particles. CG 33 70 03 05 Copyright, ISO Properties, Inc., 2004 Page 1 of 1 20020004950950218497049 CNA G -142654-A (Ed. 07/02) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EXCLUSION - ENGINEERS, ARCHITECTS OR SURVEYORS PROFESSIONAL LIABILITY This endorsement modifies insurance provided under the following: OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM The following exclusion is added to Paragraph 2., Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability: This insurance does not apply to "bodily injury" or "property damage" arising out of the rendering of or failure to render any professional services by you, the "contractor" or any engineer, architect or surveyor who is either employed by you or performing work on your behalf in such capacity. Professional services include: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. Supervisory, inspection, activities. architectural or engineering G -142654-A Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 (Ed. 07/02) 20020004 950950218497050 CNA G -43316-C (Ed 06/98) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EXCLUSION - ASBESTOS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE FORM FARM COVERAGE FORM OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM RAILROAD PROTECTIVE LIABILITY COVERAGE FORM SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY — NEW YORK POLLUTION LIABILITY COVERAGE FORM This insurance does not apply to: (1) `Bodily injury," "property damage" or "personal and advertising injury" arising out of the actual, alleged or threatened exposure at any time to asbestos; or (2) Any Toss, cost or expense that may be awarded or incurred. (a) by reason of a claim or "suit" for any such injury or damage; or (b) in complying with a governmental direction or request to test for, monitor, clean up, remove, contain or dispose of asbestos. G -43316-C (Ed. 06/98) Asbestos means the mineral in any form whether or not the asbestos was at any time: (1) (2) (3) (4) (5) airborne as a fiber, particle or dust; contained in or formed a part of a product, structure or other real or personal property; carried on clothing; inhaled or ingested; or transmitted by any other means. Page 1 of 1 20020004950950218497051 IL 00 03 09 07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CALCULATION OF PREMIUM This endorsement modifies insurance provided under the following: CAPITAL ASSETS PROGRAM (OUTPUT POLICY) COVERAGE PART COMMERCIAL AUTOMOBILE COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL PROPERTY COVERAGE PART CRIME AND FIDELITY COVERAGE PART EMPLOYMENT-RELATED PRACTICES LIABILITY COVERAGE PART EQUIF'MENT BREAKDOWN COVERAGE PART FARM COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART PROFESSIONAL LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART The following is added: The premium shown in the Declarations was computed based on rates in effect at the time the policy was issued. On each renewal, continuation, or anniversary of the effective date of this policy, we will compute the premium in accordance with our rates and rules then in effect. IL 00 03 09 07 Copyright, ISO Properties, Inc., 2006 Page 1 of 1 1 11 11 11 11 11 11 11 1 1 1 1 1 1 1 20020004950950218497052 INTERLINE IL 00 21 04 98 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT (Broad Form) This endorsement modifies insurance provided under the following: BUSINESSOWNERS POLICY COMMERCIAL AUTO COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYMENT-RELATED PRACTICES LIABILITY COVERAGE PART FARM COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART PROFESSIONAL LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY NEW YORK DEPARTMENT OF TRANSPORTATION UNDERGROUND STORAGE TANK POLICY 1. The insurance does not apply: A. Under any Liability Coverage, to "bodily injury" or "property damage": (1) With respect to which an "insured" under the policy is also an insured under a nuclear energy liability policy issued by Nuclear Energy Liability Insurance Association, Mutual Atomic Energy Liability Underwriters, Nuclear Insurance Association of Canada or any of their successors, or would be an insured under any such policy but for its termination upon exhaustion of its limit of liability; or (2) Resulting from the "hazardous properties" of "nuclear material" and with respect to which (a) any person or organization is required to maintain financial protection pursuant to the Atomic Energy Act of 1954, or any law amendatory thereof, or (b) the "insured" is, or had this policy not been issued would be, entitled to indemnity from the United States of America, or any agency thereof, under any agreement entered into by the United States of America, or any agency thereof, with any person or organization. B. Under any Medical Payments coverage, to expenses incurred with respect to "bodily injury" resulting from the "hazardous properties" of "nuclear material" and arising out of the operation of a "nuclear facility" by any person or organization C. Under any Liability Coverage, to "bodily injury" or "property damage" resulting from "hazardous properties" of "nuclear material", if: IL 00 21 04 98 (1) The "nuclear material" (a) is at any "nuclear facility" owned by, or operated by or on behalf of, an "insured" or (b) has been discharged or dispersed therefrom; (2) The "nuclear material" is contained in "spent fuel" or "waste" at any time possessed, handled, used, processed, stored, transported or disposed of, by or on behalf of an "insured"; or (3) The "bodily injury" or "property damage" arises out of the furnishing by an "insured" of services, materials, parts or equipment in connection with the planning, construction, maintenance, operation or use of any "nuclear facility", but if such facility is located within the United States of America, its territories or possessions or Canada, this exclusion (3) applies only to "property damage" to such "nuclear facility" and any property thereat. 2. As used in this endorsement: "Hazardous properties" includes radioactive, toxic or explosive properties. "Nuclear material" means "source material", "Special nuclear material" or "by-product material". "Source material", "special nuclear material", and "by- product material" have the meanings given them in the Atomic Energy Act of 1954 or in any law amendatory thereof. "Spent fuel" means any fuel element or fuel component, solid or liquid, which has been used or exposed to radiation in a "nuclear reactor". Copyright, Insurance Services Office, Inc., 1997 Page 1 of 2 "Waste" means any waste material (a) containing "by- product material" other than the tailings or wastes produced by the extraction or concentration of uranium or thorium from any ore processed primarily for its "source material" content, and (b) resulting from the operation by any person or organization of any "nuclear facility" included under the first two paragraphs of the definition of "nuclear facility". "Nuclear facility" means: (a) Any "nuclear reactor"; (b) Any equipment or device designed or used for (1) separating the isotopes of uranium or plutonium, (2) processing or utilizing "spent fuel", or (3) handling, processing or packaging "waste"; (c) Any equipment or device used for the pro- cessing, fabricating or alloying of "special nuclear material" if at any time the total amount of such material in the custody of the "insured" at the premises where such equipment or device is located consists of or contains more than 25 grams of plutonium or uranium 233 or any combination thereof, or more than 250 grams of uranium 235; (d) Any structure, basin, excavation, premises or place prepared or used for the storage or disposal of "waste"; and includes the site on which any of the foregoing is located, all operations conducted on such site and all premises used for such operations. "Nuclear reactor" means any apparatus designed or used to sustain nuclear fission in a self-supporting chain reaction or to contain a critical mass of fissionable material. "Property damage" includes all forms of radioactive contamination of property Page 2 of 2 Copyright, Insurance Services Office, Inc., 1997 IL 00 21 04 98 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 11 1 11 1 1 1 1 20020004950950218497053 i 1 IL 01 42 09 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OREGON CHANGES - DOMESTIC PARTNERSHIP This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL LIABILITY UMBRELLA COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART EMPLOYMENT-RELATED PRACTICES LIABILITY COVERAGE PART FARM COVERAGE PART FARM UMBRELLA LIABILITY POLICY LIQUOR LIABILITY COVERAGE PART MEDICAL PROFESSIONAL LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY A. The term "spouse" is replaced by the following: Spouse or individual who is in a domestic partnership recognized under Oregon law. B. Under the Commercial Auto Coverage Part, the term "family member" is replaced by the following: "Family member" means a person related to the 1. Individual Named Insured by blood, adoption, marriage or domestic partnership recognized under Oregon law, who is a resident of such Named Insured's household, including a ward or foster child; or 2. Individual named in the Schedule by blood, adoption, marriage or domestic partnership recognized under Oregon law, who is a resident of the individual's household, including a ward or foster child, if the Drive Other Car Coverage — Broadened Coverage For Named Individual Endorsement is attached. IL01420908 C. With respect to coverage for the ownership, maintenance, or use of "covered autos" provided under the Commercial Liability Umbrella Coverage Part, the term "family member" is replaced by the following: "Family member" means a person related to you by blood, adoption, marriage or domestic partnership recognized under Oregon law, who is a resident of your household, including a ward or foster child. Copyright ISO Properties, Inc., 2007 Page 1 of 1 20020004950950218497054 CNA Policy Number C5 0 95 02184 9 333 S Wabash Chicago, Illinois 60604 From.POlicy Period To 11/01/13 04/15/14 — Coverall Is Provided By Transportation Insurance Company *Med InsuredAnd Address - CITY OF YAKIMA, PER MANUSCRIPT ENDORSE 2406 W. WASHINGTON AVENUE SUITE B YAKIMA, WA 97062 'Agent ANCHOR INS. & SURETY INC 1201 SW 12TH AVE STE. 500 PORTLAND, OR 97205 - -Agency 0 722 82 050 ** PAYMENT PLAN SCHEDULE ** THE BILLING FOR THIS POLICY WILL BE FORWARDED TO YOU DIRECTLY FROM CNA. THE PREMIUM AMOUNT FOR THIS TRANSACTION IS $5,000.00 . THIS PREMIUM WILL BE INVOICED BY CNA ON A SEPARATE STATEMENT ACCORDING TO THE PAYMENT OPTION YOU SELECT. ISSUE DATE 10/31/13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 END OF COPY 1 11/1/13 www.insurance.wa.g ov/consumertool lat/Company/CompanyProfiI e.aspOWAOIC = 1303 Ar Search > TRANSPORTATION INSURANCE COMPANY TRANSPORTATION INSURANCE COMPANY General 1 Contact 1 Licensing 1 Ap,pointments 1 Cgmpiaints 1 Orders I Natinnal Info 1 Ratings Back to Search General information Name: TRANSPORTATION INSURANCE COMPANY Corporate family group: CNA INS GRP v,,a' is tnis7 Organization type: PROPERTY WAOIC: 1303 NAIC: 20494 Status: ACTIVE Admitted date: 05/24/1938 Ownership type: STOCK ^ ba& to top Contact information Registered address CNA PLAZA CHICAGO, IL 60685 Telephone 312-822-5000 Types of coverage authorized to sell Insurance types Casualty Disability Marine Ocean Marine Property Surety Vehicle Pa k to tep What is this' Mailing address 333 SWABASH CHICAGO, IL 60604 Telephone 312-822-5000 Agents and agencies that represent this company (Appointments) .at is th s, Viewagents ^ b3tit t9 ?JP View. :agencies ,, Company complaint histo Viewcomplaints: t92 hst is thi 1 Disciplinary orders 2008-2013 VFiat 1 1 his% No disciplinary orders are found Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. " back to top www.i nsurance.wa.g ov/consurnertool Idt/Company/CompanyProfi I e.asp>OWAOIC=1303 1/2 National information on insurance���������'��� ~~''^r~^~'``~^`~ Want more information about thiThe NAIC's Consumer Information allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. Ratings ����������'�y ������'���'���� �� financial ~'�. � ��... __� _ The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratings Standard and Poors Corp M Investors5emice �— „„_� Fitch IBCA, Duff and PhOps Ratihgs 1303 2/21 10/29/13 www.i nsurance.wa.g ov/consumertool la t/Company/Companyprofi I e. asp OWAOIC=1401 Search > VALLEY FORGE INSURANCE COMPANY VALLEY FORGE INSURANCE COMPANY Genera! 1 Contact I Licensing. I Appointrnents 1 Complaints 1 Orders I National Info I Ratings Back to;Search General information Name: VALLEY FORGE INSURANCE COMPANY Corporate family group: CNA INS GRP Organization type: PROPERTY WAOIC: 1401 NAIC: 20508 Status: ACTIVE Admitted date: 08/22/1944 Ownership type: STOCK What is Contact information Registered address 100 MATSONFORD RD STE 200 RADNOR, PA 19087 Telephone 312-822-5000 Types of coverage authorized to sell Insurance types Casualty Disability Marine Ocean Marine Property Surety Vehicle t�,1.t tpp Whu Mailing address 333 S WABASH CHICAGO, IL 60604 Telephone 312-822-5000 Agents and agencies that represent this company (Appointments) What is View agents-] back ro top View. ;agencies .j Company complaint history View corn ply ints.j osck to top Disciplinary orders 2008-2013 widt„thip- No disciplinary orders are found Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. '^back totoU Iwww.insurance.wa.gov/consumertoolldt/Company/CompanyProfiIe.aspOWAOIC=1401 1/2 10/29/13 www.i nsurance.wa.g ov/consumertool la t/Company/C ompanyProfi I e.aspaWAOIC=1401 National information on insurance companies Want more information about this company? The NATC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. •` bad< to top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratings Standard and Poor's Corp Moody's Investors .Service .... ...................... Fitch IBCA, Duff and Phelps Ratings back to top www.insurance.wa.gov/consumertoollat/Company/CompanyProfile.asp WAOIC=1401 2/2 1 10/29/13 www.insurance.wa.gov/consumertool t/Company/CompanyProfiIe.aspQWAOIC=338 >R Search > CONTINENTAL INSURANCE COMPANY THE CONTINENTAL INSURANCE COMPANY THE General 1 Cgntact_ 1 Licen_sin_a I Appgintments 1 Ccn-iplaints. 1 Orders 1 National Info 1 Ratings Back toSearch l General information Contact information Name: CONTINENTAL INSURANCE COMPANY THE Registered address Corporate family group: CNA INS GRP A, la- 5 100 MATSONFORD RD STE 200 RADNOR, PA 19087 Organization type: PROPERTY WAOIC: 338 NAIC: 35289 Status: ACTIVE Admitted date: 06/26/1890 Ownership type: STOCK bacl.totot) Telephone 312-822-5000 Types of coverage authorized to sell vvn3t, n,, Insurance types Casualty Disability Marine Ocean Marine Property Surety Vehicle back to too Mailing address 333 S Wabash Ave Chicago, IL 60604 Telephone 312-822-5000 Agents and agencies that represent this company (Appointments) vrt;: Fn.S View,agents, back to t,pp [. view agencies Company complaint history View complaints, back to top Wi. thi? Disciplinary orders 2008-2013 heat th No disciplinary orders are found Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. ^hack tato)) Iwww.insurance.wa.g ov/consumertool ki t/C ompany/C ompanyProfi I e.as pOWAOIC=338 1/2 10/29/13 www.i nsurance.wa.g ov/consumertool{at/Company/CompanyProfile.asp(?WAOIC=338 National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. •ta ktocop Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratings Standard and Poor's Corp Moody's Investors Service Fitch IBCA,, Duff and Phelps Ratings ^ back r;� iao www.i nsurance.wa.g ov/consumertool Idt/Company/CompanyProfi I e.asp OWAOIC= 338 2/2 ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 IIwuw✓.insurance.wa.g ov/consumertool IaUCompany/CompanyProfile.asteWAOIC=336 10/29/13 www.insurance.wa.gov/consumertooUt/Company/CompanyProfile.aspC?WAOIC=336 Search > CONTINENTAL CASUALTY COMPANY CONTINENTAL CASUALTY COMPANY General I Contact 1 s,icensing 1 Appointrnents 1 Corliplaint...1 Orders 1 National Info 1 Ratings General information Name: CONTINENTAL CASUALTY COMPANY Corporate family group: CNA INS GRP Organization type: PROPERTY WAOIC: 336 NAIC: 20443 Status: ACTIVE Admitted date: 03/23/1948 Ownership type: STOCK ^a k to top Back #o ,Search. Wha this? Contact information Registered address 333 S WABASH CHICAGO, IL 60604 Mailing address 333 S WABASH CHICAGO, IL 60604 Telephone Telephone 312-822-5000 312-822-5000 Types of coverage authorized to sell Insurance types Casualty Disability Marine Ocean Marin_ e Property Surety Vehicle ^bark to top s' Agents and agencies that represent this company (Appointments) View a(gents_ ^ hBc t) top [view .agencies': vd� Ut s th.sz Company complaint history I View,complaints bac!< to top . hat_is this - Disciplinary orders 2008-2013 Wriatisllti No disciplinary orders are found Looking for other orders? Our online orders search allows you to search a ten year history of all enforcement orders, administrative orders, and general orders. ^back to top orders, including 112 10/2e/13 wuvminsumnooma.uowtonoumerum National information on insurance companies Want more information about this The NAJC's Consumer Information allows you to retrieve national financial and complaint inforrnation on insurance companies, plus has information and tips to help you understand current insurance issues. Ratings ���y������'�� ������'���'���� .-� financial �.�. _'�_ . ___ _ The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services A.M. Best ;Weiss Group Ratings, Standard and Poors Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings wm^minsuranooma.gov/mnoumortoo 336 22 10/29/13 r Best's Credit Rating Center - Company Information for SAIF Corporation Ratings & Criteria Center. rti Asia-Pacific 1 Canada I Europe, Middle East and Africa I Latin America MENA & SCA Ratings & Criteria » Horre Credit Rating Releases » Methodology » Best's Credit Ratings + » Financial Strength Rating Issuer Credit Rating a Debt Rating » Advanced Search » About Best's Credit Ratings -I- Get Get a Credit Rating + » Best's Special Reports Add Best's Credit Ratings Search To Your Site » BestMark for Secure -Rated Insurers » Contact an Analyst » Awards and Recognitions News & Analysis Products & Services Industry Information o Corporate Regulatory Affairs Support & Resources Conferences and Events Find a Best's Credit Rating Enter a Company Name » Advanced Search A.M_ Best Rating Services C ;€t3ct tnfor:na:Orr.<» View Rating Definitions Select one. [7't SAIF Corporation A.M. Best #: 003480 NAIC #• 36196 FEIN #• 936001769 Address: 400 High Street Southeast Salem, OR 97312 United States Web: www.saif.com Phone: 503-373-8000 Fax: 503-584-8433 t'n2Sii'l R!J1» Home j About Us I Contact Us I Sitemap Ia Print this page (2) Bast's %r ..tilt Financial Strength Rating View Definition NR (Not Rated) Long -Term Issuer Credit Rating View Definition NR (Not Rated) u Denotes Under Review Best's Rating 5;; i.< mss., :s' d Visit Bests News and Analysis site for the latest news and press releases for this company and its AM. Best Group. AMB Credit Report - Insurance Professional - includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary. detailed business overview and keyfinancial data. Report Revision Date:4/12/2013 (represents the latest significant change). Historical Reports are available in AMB Credit Report - Insurance Professional Archive. Best's Executive Summary Reports (Financial Overview) - available in three versions, these presentation style reports feature balance sheet, income statement, keyfinancial performance tests including profitability, liquidity and reserve analysis. Data Status: 2013 Best's Statement File - P/C, US Contains data compiled as of 10/23/2013 Quality Cross Checked. • Single Company -five years of financial data specifically on this company. • Comparison - side-by-side financial analysis of this companywith a peer group of up to five other companies you select. • Composite - evaluate this companys financials againsta peergroup composite. Report displays both the average and total composite of your selected peer group. Best's Key Rating Guide Presentation Report - includes Best's Financial Strength Rating and financial data as provided in the most current edition of Bests Key Rating Guide products (Quality Cross Checked). Best's Insurance Reports - Online - P/C, US & Canada Best's Key Rating Guide - P/C, US & Canada Best's Statement File - P/C. US Bests Executive Summary Report - Composite - Property/Casualty Best's Executive Summary Report - Com parison - Property/Casualty Bests Statement File - Global Best's State Line - P/C, US Bests Regulatory Center Market Share Reports Best's Corporate Changes and Retirements - P/C, US/CN Best's Insurance Expense Exhibit (IEE) - P/C, US Best's Schedule P (Loss Reserves) - P/C, US Best's Regulatory Center Best's Schedule D (Corporate Bonds) - US Best's Schedule D (Common Stocks) - US Bests Schedule D (Municipal Bonds) - US Bests Schedule F (Reinsurance) - P/C, US Bests Schedule D - Hybrid - P/C & L/H, US Best's Schedule DA (Short Term Investments) - P/C & L/H, US Iwww/3.ambest.com/ratings/entities/SearchResults.aspX?AltSrc=9 1/2 10/29/13 Best's Credit Rating Center - Company Information for SAIF Corporation European Union Disclosures A.M. Best Corrpany and its subsidiaries are not registered as External Credit Assessment Institutions (ECAI) in the European Union (EU). Credit ratings issued by A.M Best Company and its subsidiaries can not be used for regulatory purposes in the EU as per Directive 2006/48/EC. Australian Disclosures A.M. Best Credit Ratings are statements of opinion and not statements of fact. They are not recondations to buy, hold or set any securities or any other form of financial product. including insurance policies and are not a recommendation to be used to make investment purchasing decisions A.M. Best Asia-Pacific Ltd is registered as a Credit Rating Agency in Australia and holds a Financial Services Licence number 411055 under the Corporations Act of 2001 A.M. Best Asia-Pacific Ltd credit ratings and any other related research are not intended for and must not be distributed to any person in Australia other than a w holesale client, as defined in the Corporations Act of 2001, Chapter 7 The A.M. Best w ebsites are not intended for use by Australian users who are not defined as w holesale users. Important Notice Best's Ratings reflect our independent opinion, based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are neither a warranty of a company's financial strength nor its ability to meet its financial obligations, including those to policyholders. View our entire notice for complete details. Customer Service 'Product Support 1 Menter Center 1 Contact Info [Careers About A.M. Best 1 Site Map 1 Rivacy Policy 1 Security 1 Terms of Use 1 Legal & Licensing Copyright © 2013 A.M. Best Corrpany Inc. ALL RIGHTS RESERVED. A.M. Best worldwide Headquarters. Ambest Road, Oldw ick, New Jersey 08858. U.S.A. wwui3.ambest.com/rating s/entiti es/SearchResul ts.asp)(?AltSrc=9 2/2 1 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the following: Federal Wage Rates. The provisions of Chapter 39.12 RCW, as amended, and in accordance with the U S. Secretary of Labor, Federal Labor Standards Provisions, and Wage Decision included herein State Wage Rates. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Washington State Department of Labor and Industries, are by reference made a part of this Contract. A schedule of both the federal and state prevailing wage rates is included in these Specifications Inasmuch as the Contractor will be held responsible for paying the higher rate of these schedules of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the Contractor and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Also following the acceptance of the project, the local government body must receive from the Contractor and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The Contractor and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the Contractor. Payment by the Contractor and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified. The Contractor and all subcontractors shall also be required to submit Monthly Employment Utilization Reports in accordance with these Specifications G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications Docx 5-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 1 of 16 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 10/03/2013 County Trade Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $62.34 5N 1C Yakima Brick Mason Journey Level $42.38 5A 1M Yakima Building Service Employees Janitor $9.19 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $9.19 1 Yakima Building Service Employees Window Cleaner $9.19 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $38.15 7B 1N Yakima Divers & Tenders Diver $100.28 5D 1M 8A Yakima Divers & Tenders Diver On Standby $56.68 5D 1M Yakima Divers Et Tenders Diver Tender $52.23 5D 1M Yakima Divers & Tenders Surface Rcv Et Rov Operator $52.23 5D 1M Yakima Divers & Tenders Surface Rcv & Rov Operator Tender $48.67 5A 1B Yakima Dredge Workers Assistant Engineer $53.00 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $52.58 5D 3F Yakima Dredge Workers Boatmen $52.30 5D 3F Yakima Dredge Workers Engineer Welder $54.04 5D 3F Yakima Dredge Workers Leverman, Hydraulic $55.17 5D 3F Yakima Dredge Workers Mates $52.30 5D 3F Yakima Dredge Workers Oiler $52.58 5D 3F Yakima Drywall Applicator Journey Level $39.28 5D 1M Yakima Drywall Tapers Journey Level $32.51 7E 1P Yakima Electrical Fixture Maintenance Journey Level $43.32 1 Workers Yakima Electricians - Inside Cable Splicer $56.36 5A 1 E Yakima Electricians - Inside Journey Level $54.45 5A 1E Yakima Electricians - Inside Welder $58.27 5A 1E https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/16/2013 Page 2 of 16 Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 _ 1 Yakima Electricians - Powerline Cable Splicer $66.43 5A 4A Construction Yakima Electricians - Powerline Certified Line Welder $60.75 5A 4A Construction Yakima Electricians - Powerline Groundperson $42.36 5A 4A Construction Yakima Electricians - Powerline Heavy Line Equipment Operator $60.75 5A 4A Construction Yakima Electricians - Powerline Journey Level Lineperson $60.75 5A 4A Construction Yakima Electricians - Powerline Line Equipment Operator $51.05 5A 4A Construction Yakima Electricians - Powerline Pole Sprayer $60.75 5A 4A Construction Yakima Electricians - Powerline Powderperson $45.39 5A 4A Construction Yakima Electronic Technicians Journey Level $23.40 1 Yakima Elevator Constructors Mechanic $77.70 7D 4A Yakima Elevator Constructors Mechanic In Charge $84.24 7D 4A ■ Yakima Fabricated Precast Concrete Craftsman - In -Factory Work Only $9.19 1 Products Yakima Fabricated Precast Concrete Journey Level - In -Factory Work Only $9.19 1 Products Yakima Fence Erectors Fence Erector Journey Level Journey Level $13.79 $24.62 $22.43 _ _ 61 1 1 1B Yakima naggers Yakima Glaziers Yakima Heat Et Frost Insulators And Journey Level $25.32 1 Asbestos Workers Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers & Mason Tenders Journey Level $34.42 7A 2Y Yakima Industrial Power Vacuum Journey Level $9.24 1 Cleaner Yakima Inland Boatmen Journey Level $9.19 1 Yakima Inspection/Cleaning/Sealing Cleaner Operator, Foamer Operator $9.73 1 Of Sewer a Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer It Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Head Operator $12.78 1 Of Sewer &t Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Technician $9.19 1 Of Sewer &t Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Tv Truck Operator $10.53 1 Of Sewer &t Water Systems By Remote Control https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/16/2013 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 3 of 16 Yakima Insulation Applicators Journey Level $39.28 5D 1M Yakima Ironworkers Journeyman $53.19 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $33.44 7A 2Y Yakima Laborers Airtrac Drill Operator $34.42 7A 2Y Yakima Laborers Ballast Regular Machine $33.44 7A 2Y Yakima Laborers Batch Weighman $31.40 7A 2Y Yakima Laborers Brick Pavers $33.44 7A 2Y Yakima Laborers Brush Cutter $33.44 7A 2Y Yakima Laborers Brush Hog Feeder $33.44 7A 2Y Yakima Laborers Burner $33.44 7A 2Y Yakima Laborers Caisson Worker $34.42 7A 2Y Yakima Laborers Carpenter Tender $33.44 7A 2Y Yakima Laborers Cement Dumper -paving $34.01 7A 2Y Yakima Laborers Cement Finisher Tender $33.44 7A 2Y Yakima Laborers Change House Or Dry Shack $33.44 7A 2Y Yakima Laborers Chipping Gun (under 30 Lbs.) $33.44 7A 2Y Yakima Laborers Chipping Gun(30 Lbs. And Over) $34.01 7A 2Y Yakima Laborers Choker Setter $33.44 7A 2Y Yakima Laborers Chuck Tender $33.44 7A 2Y Yakima Laborers Clary Power Spreader $34.01 7A 2Y Yakima Laborers Clean-up Laborer $33.44 7A 2Y Yakima Laborers Concrete Dumper/chute Operator $34.01 7A 2Y Yakima Laborers Concrete Form Stripper $33.44 7A 2Y Yakima Laborers Concrete Placement Crew $34.01 7A 2Y Yakima Laborers Concrete Saw Operator/core Driller $34.01 7A 2Y Yakima Laborers Crusher Feeder $31.40 7A 2Y Yakima Laborers Curing Laborer $33.44 7A 2Y Yakima Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $33.44 7A 2Y Yakima Laborers Ditch Digger $33.44 7A 2Y Yakima Laborers Diver $34.42 7A 2Y Yakima Laborers Drill Operator (hydraulic,diamond) $34.01 7A 2Y Yakima Laborers Dry Stack Walls $33.44 7A 2Y Yakima Laborers Dump Person $33.44 7A 2Y Yakima Laborers Epoxy Technician $33.44 7A 2Y Yakima Laborers Erosion Control Worker $33.44 7A 2Y Yakima Laborers Faller Et Bucker Chain Saw $34.01 7A 2Y Yakima Laborers Fine Graders $33.44 7A 2Y Yakima Laborers Firewatch $31.40 7A 2Y Yakima Laborers Form Setter $33.44 7A 2Y Yakima Laborers Gabian Basket Builders $33.44 7A 2Y https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/16/2013 Page 4 of 16 Yakima Laborers General Laborer $33.44 7A 2Y Yakima Laborers Grade Checker Et Transit Person $34.42 7A 2Y ■ Yakima Laborers Grinders $33.44 7A 2Y ■ Yakima Laborers Grout Machine Tender $33.44 7A 2Y Yakima Laborers Groutmen (pressure)including Post Tension Beams $34.01 7A 2Y Yakima Laborers Guage and Lock Tender $34.52 7A 2Y 8 . Yakima Laborers Guardrail Erector $33.44 7A 2Y Yakima Laborers Hazardous Waste Worker (level A) $34.42 7A 2Y Yakima Laborers Hazardous Waste Worker (level B) $34.01 7A 2Y Yakima Laborers Hazardous Waste Worker (level C) $33.44 7A 2Y Yakima Laborers High Scaler $34.42 7A 2Y Yakima Laborers Jackhammer $34.01 7A 2Y Yakima Laborers Laserbeam Operator $34.01 7A 2Y Yakima Laborers Maintenance Person $33.44 7A 2Y Yakima Laborers Manhole Builder-mudman $34.01 7A 2Y Yakima Laborers Material Yard Person Motorman -dinky Locomotive $33.44 $34.01 7A 7A 2Y 2Y ■ Yakima Laborers Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $34.01 7A 2Y Yakima Laborers Pavement Breaker $34.01 7A 2Y Yakima Laborers Pilot Car $31.40 7A 2Y Yakima Laborers Pipe Layer(lead) $34.42 7A 2Y Yakima Laborers Pipe Layer/tailor $34.01 7A 2Y Yakima Laborers Pipe Pot Tender $34.01 7A 2Y Yakima Laborers Pipe Reliner $34.01 7A 2Y Yakima Laborers Pipe Wrapper $34.01 7A 2Y Yakima Laborers Pot Tender $33.44 7A 2Y Yakima Laborers Powderman $34.42 7A 2Y Yakima Laborers Powderman's Helper $33.44 7A 2Y Yakima Laborers Power Jacks $34.01 7A 2Y Yakima Laborers Railroad Spike Puller - Power $34.01 7A 2Y Yakima Laborers Raker - Asphalt $34.42 7A 2Y Yakima Laborers Re-timberman $34.42 7A 2Y Yakima Laborers Remote Equipment Operator $34.01 7A 2Y Yakima Laborers Rigger/signal Person $34.01 7A 2Y Yakima Laborers Rip Rap Person $33.44 7A 2Y Yakima Laborers Rivet Buster $34.01 7A 2Y Yakima Laborers Rodder $34.01 7A 2Y https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9/16/2013 1 1 1 1 1 1 r 1 1 1 1 Page 5of16 Yakima Laborers Scaffold Erector $33.44 7A 2Y Yakima Laborers Scale Person $33.44 7A 2Y Yakima Laborers Sloper (over 20") $34.01 7A 2Y Yakima Laborers Sloper Sprayer $33.44 7A 2Y Yakima Laborers Spreader (concrete) $34.01 7A 2Y Yakima Laborers Stake Hopper $33.44 7A 2Y Yakima Laborers Stock Piler $33.44 7,4 2Y Yakima Laborers Tamper & Similar Electric, Air &t Gas Operated Tools $34.01 7A 2Y Yakima Laborers Tamper '(multiple & Self- propelled) $34.01 7A 2Y Yakima Laborers Timber Person - Sewer (tagger, Shorer & Cribber) $34.01 7A 2Y Yakima Laborers Toolroom Person (at Jobsite) $33.44 7A 2Y Yakima Laborers Topper $33.44 7A 2Y Yakima Laborers Track Laborer $33.44 7A 2Y Yakima Laborers Track Liner (power) $34.01 7A 2Y Yakima Laborers Traffic Control Laborer $33.29 7,4 1H 8R Yakima Laborers Traffic Control Supervisor $33.29 7,4 1H 8R Yakima Laborers Truck Spotter $33.44 7A 2Y Yakima Laborers Tugger Operator $34.01 7A 2Y Yakima Laborers Tunnel Work -Miner $34.52 7A 2Y Yakima Laborers Vibrator $34.01 7A 2Y Yakima Laborers Vinyl Seamer $33.44 7A 2Y Yakima Laborers Watchman $28.66 7A 2Y Yakima Laborers Welder $34.01 7A 2Y Yakima Laborers Well Point Laborer $34.01 7A 2Y Yakima - Laborers Window Washer/cleaner $28.66 7A 2Y Yakima Laborers - Underground Sewer General Laborer & Topman $33.44 7A 2Y & Water Yakima Laborers - Underground Sewer Pipe Layer $34.01 7A 2Y & Water Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.19 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers $9.19 1 Yakima Lathers Journey Level $38.68 5D 1M Yakima Marble Setters Journey Level $42.38 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $10.31 1 Yakima Metal Fabrication (In Shop) Machine Operator $1'1.32 1 Yakima Metal Fabrication. (In Shop) Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 Yakima Modular Buildings Journey Level $14.11 1 https://fortress.wa.gov/lni/wagelookup/pnrWagelookup.aspx 9/16/2013 Page 6 of 16 Yakima Painters Journey Levet $29.36 6Z 1W Yakima Pile Driver Journey Level $50.30 5D 1M Yakima Plasterers Journey Level $49.29 7C 1R Yakima Playground £r Park Equipment Journey Level $9.19 1 Installers Yakima Plumbers a Pipefitters Journey Level $74.29 6Z 1C, Yakima Power Equipment Operators Asphalt Plant Operators $53.49 7A 3C 8P Yakima Power Equipment Operators Assistant Engineer $50.22 7A 3C 8P Yakima Power Equipment Operators Barrier Machine (zipper) $53.00 7A 3C 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $53.00 7A 3C 8P Yakima Power Equipment Operators Bobcat $50.22 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $50.22 7A 3C 8P Yakima Power Equipment Operators Brooms $50.22 7A 3C 8P Yakima Power Equipment Operators Bump Cutter $53.00 7A 3C 8P Yakima Power Equipment Operators Cableways $53.49 7A 3C 8P Yakima Power Equipment Operators Chipper $53.00 7A 3C 8P Yakima Power Equipment Operators Compressor $50.22 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $53.49 7A 3C 8P Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $50.22 7A 3C 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $52.58 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $53.00 7A 3C 8P Yakima Power Equipment Operators Conveyors $52.58 7A 3C 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $53.00 7A 3C 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $54.04 7A 3C 8P Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $54.61 7A 3C 8P Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $53.49 7A 3C 8P Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $50.22 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction 100 Tons Through 199 Tons $54.61 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $55.17 7A 3C 8P Yakima Power Equipment Operators $55.17 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pniWagelookup.aspx 9/16/2013 1 1 1 1 1 1 e 1 1 1 1 t 1 1 1 1 1 1 1 1 1 Page 7 of 16 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/16/2013 Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $52.58 7A 3C 8P Yakima Power. Equipment Operators Crusher $53.00 7A 3C 8P Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $53.00 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $53.49 7A 3C 8P Yakima Power Equipment. Operators Dozers D-9 Et Under $52.58 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount • $52.58 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $53.00 7A 3C 8P Yakima Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $50.22 7,4 3C 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $53.00 7A 3C 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $52.58 7A 3C 8P Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $50.22 7A 3C 8P Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $53.00 7A 3C 8P Yakima Power Equipment Operators Gradechecker/stakeman $50.22 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch $53.00 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $53.49 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $53.00 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Locator $52.58 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Operator $53.00 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $52.58 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $50.22 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. & Over $54.04 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $53.49 7A 3C 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $53.00 7A 3C 8P Yakima Power Equipment Operators Loaders, Plant Feed $53.00 7A 3C 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $52.58 7A 3C 8P Yakima Power Equipment Operators Locomotives, All $53.00 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/16/2013 Page 8 of 16 Yakima Power Equipment Operators Material Transfer Device $53.00 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $54.04 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Grader - Non- finishing $52.58 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Graders, Finishing $53.49 7A 3C 8P Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $53.49 7A 3C 8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $50.22 7A 3C 8P Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $52.58 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $53.00 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $54.04 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $53.49 7A 3C8P Yakima8P Power Equipment Operators Pavement Breaker $50.22 7A 3C Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $53.00 7A 3C 8P Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $50.22 7A 3C 8P Yakima Power Equipment Operators Power Plant $50.22 7A 3C 8P 'Yakima Power Equipment Operators Pumps - Water $50.22 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $50.22 7A 3C 8P Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $53.49 7A 3C 8P Yakima Power Equipment Operators Rigger And Gellman $50.22 7A 3C 8P Yakima Power Equipment Operators Rollagon $53.49 7A 3C 8P Yakima F'ower Equipment Operators Roller, Other Than Plant Mix $50.22 7A 3C 8P Yakima F'ower Equipment Operators Roller, Plant Mix Or Multi -lift Materials $52.58 7A 3C 8P 'Yakima Power Equipment Operators Roto -mill, Roto -grinder $53.00 7A 3C 8P 'Yakima Power Equipment Operators Saws - Concrete $52.58 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $53.00 7A 3C 8P Yakima Power Equipment Operators Scrapers - Concrete a Carry All $52.58 7A 3C 8P Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $53.49 7A 3C 8P Yakima Power Equipment Operators Service Engineers - Equipment $52.58 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/16/2013 1 1 i 1 1 1 1 1 1 r 1 1 i 1 s 1 1 i Page 9 of 16 Yakima Power Equipment Operators Shotcrete/gunite Equipment $50.22 7A 3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $52.58 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $53.49 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $53.00 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $54.04 7A 3C8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $54.61 7A 3C 8P Yakima Power Equipment Operators Slipform Pavers $53.49 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider a Screedman $53.49 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $53.00 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $52.58 7A 3C 8P Yakima Power Equipment Operators Tower Crane Over 1751n Height, Base To Boom $54.61 7A 3C 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $54.04 7A 3C 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $53.49 7A 3C 8P Yakima Power Equipment Operators Trenching Machines $52.58 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $53.00 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $52.58 7A 3C 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $53.00 7A 3C 8P Yakima Power Equipment. Operators Welder $53.49 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farman Type $50.22 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $53.00 7A 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $53.49 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Assistant Engineer $50.22 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Barrier Machine (zipper) $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Bobcat $50.22 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Brooms $50.22 7A 3C 8P Underground Sewer & Water Yakima Bump Cutter $53.00 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/16/2013 Page 10 of 16 https://fortress.wa.gov/lhi/wagelookup/prvWagelookup.aspx 9/16/2013 1 1 i 1 1 1 1 e 1 1 Power Equipment Operators - Underground Sewer a Water Yakima Power Equipment Operators- Cableways $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Chipper $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Compressor $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $52.58 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Conveyors $52.58 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $54.04 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $54.61 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $50.22 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Cranes: Friction 100 Tons Through 199 Tons $54.61 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $55.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $55.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $52.58 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Crusher $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Derricks, On Building Work $53.49 7A 3C 8P Underground Sewer Et Water https://fortress.wa.gov/lhi/wagelookup/prvWagelookup.aspx 9/16/2013 1 1 i 1 1 1 1 e 1 1 1 1 1 1 i 1 1 i 1 1 1 1 Page 11 of 16 Yakima Power Equipment Operators- Dozers D-9 a Under $52.58 7A 3C 8P Underground Sewer a Water Yakima Power E__ uipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $52.58 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Drilling Machine $53.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $50.22 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco a Similar Equipment $53.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $52.58 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $50.22 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $53.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Gradechecker/stakeman $50.22 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Guardrail Punch $53.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. a Over $53.49 7A 3C 81, Underground Sewer a Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $53.00 7A 3C 813 Underground Sewer a Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $52.58 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $53.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $52.58 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $50.22 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. a Over $54.04 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $53.49 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $53.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Loaders, Plant Feed $53.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $52.58 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Locomotives, All $53.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Material Transfer Device $53.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $54.04 7A 3C 8P Underground Sewer a Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/16/2013 Page 12 of 16 Yakima Power Equipment Operators- Motor Patrol Grader - Non- finishing $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Motor Patrol Graders, Finishing $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $53.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $52.58 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $54.04 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $53.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pavement Breaker $50.22 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Power Plant $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pumps - Water $50.22 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Rigger And Bellman $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Rollagon $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $52.58 7A 3C. 8P Underground Sewer & Water Yakima Power Equipment Operators- Roto -mill, Roto -grinder $53.00 7,4 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Saws - Concrete $52.58 7A 3C 8P Underground Sewer & Water Yakima $53.00 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/16/2013 1 1 i 1 1 1 1 1 1 1 1 1 t Page 13 of 16 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/16/2013 Power Equipment Operators- Scraper, Self Propelled Under 45 Yards Underground Sewer a Water Yakima Power Equipment Operators- Scrapers - Concrete & Carry All $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $53.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Service Engineers - Equipment $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shotcrete/gunite Equipment $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $52.58 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $54.04 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $54.61 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Slipform Pavers $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Spreader, Topsider & Screedman $53.49 7A 3C 813 Underground Sewer Et Water Yakima Power Equipment Operators- Subgrader Trimmer $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Bucket Elevators $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Over 175'in Height, Base To Boom $54.61 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $54.04 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $53.49 7A 3C 8P Underground Sewer. & Water Yakima Power Equipment Operators- Trenching Machines $52.58 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $52.58 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Mount Portable Conveyor $53.00 7A 3C 813 Underground Sewer & Water Yakima Power Equipment Operators- Welder $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $50.22 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $53.00 7A 3C 8P Underground Sewer Et Water https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/16/2013 Page 14 of 16 Yakima Power Line Clearance Tree Journey Level In Charge $43.76 5A 4A Trimmers Yakima Power Line Clearance Tree Spray Person $41.51 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $43.76 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer $39.10 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer Groundperson $29.44 5A 4A Trimmers Yakima Refrigeration & Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Journey Level $18.00 1 Applicators Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima Residential Electricians Journey Level Journey Level $21.98 $22.43 _ 61 1 1B Yakima Residential Glaziers Yakima Residential Insulation Journey Level $14.38 1 Applicators Yakima Residential Laborers Journey Level $11.02 1 Yakima Residential Marble Setters Journey Level $29.00 1 Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers Et Journey Level $20.55 1 Pipefitters Yakima Residential Refrigeration &t Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Sheet Metal Journey Level (Field or Shop) $37.82 5A 1X Workers Yakima Residential Soft Floor Layers Journey Level Journey Level Journey Level $17.55 $9.19 $16.00 _ - 1 1 1 ■ Yakima Yakima Residential Sprinkler Fitters (Fire Protection) Residential Stone Masons Yakima Residential Terrazzo Workers Journey Level $9.19 1 Yakima Residential Terrazzo/Tile Journey Level $17.00 1 Finishers Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level (Field or Shop) $51.91 5A 1X Yakima Sign Makers & Installers Journey Level $14.65 1 jElectrical) Yakima Sign Makers Et Installers (Non- Journey Level $14.65 1 Electrical) Yakima Soft Floor Layers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $9.19 1 Yakima Sprinkler Fitters (Fire Journey Level $26.36 1 Protection) https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/16/2013 1 1 t 1 1 1 1 1 1 1 1 i 1 1 1 1 r t 1 1 1 1 1 r Page 15 of 16 r• Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) Yakima Stone Masons Journey Level $42.38 5A 1M Yakima Street And Parking Lot Journey Level $9.19 1 Sweeper Workers Yakima Surveyors Assistant Construction Site Surveyor $52.58 7A 3C 8P Yakima Surveyors Chainman $52.06 7,4 3C 8P Yakima Surveyors Construction Site Surveyor $53.49 7A 3C 8P Yakima Telecommunication Journey Levet $20.00 1 Technicians Yakima Telephone Line Construction - Cable Splicer $36.01 5A 2B Outside Yakima Telephone Line Construction - Hole Digger/Ground Person $20.05 5A 2B Outside Yakima Telephone Line Construction - Installer (Repairer) $34.50 5A 2B Outside Yakima Telephone Line Construction - Special Aparatus Installer I $36.01 5A 2B Outside Yakima Telephone Line Construction - Special Apparatus Installer II $35.27 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Heavy) $36.01 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Light) $33.47 5A 2B Outside Yakima Telephone Line Construction - Telephone Lineperson $33.47 5A 2B Outside Yakima Telephone Line Construction - Television Groundperson $19.04 5A 2B Outside Yakima Telephone Line Construction - Television Lineperson /Installer $25.27 5A 2B Outside Yakima Telephone Line Construction - Television System Technician $30.20 5A 2B Outside Yakima Telephone Line Construction - Television Technician $27.09 5A 2B Outside Yakima Telephone Line Construction - Tree Trimmer $33.47 5A 213 Outside Yakima Terrazzo Workers Journey Level $33.05 5A 1M Yakima Tile Setters Journey Level $33.05 5A 1M Yakima Tile, Marble Et Terrazzo Journey Level $28.97 5A 1M Finishers Yakima Traffic Control Stripers Journey Level $42.33 7A 1K Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck Et Trailer(c.wa- 760) $37.56 61 2G Yakima Truck Drivers Dump Truck(c.wa-760) $37.56 61 2G Yakima Truck Drivers Other Trucks(c.wa-760) $37.56 61 2G Yakima Truck Drivers Transit Mixer $38.96 1 Yakima Well Drillers Et Irrigation Pump Irrigation Pump Installer $25.44 1 Installers https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/16/2013 Page 16 of 16 Yakima Well Drillers D. Irrigation Pump Oiler $9.20 1 Installers Yakima Well Drillers & Irrigation Pump Well Driller $18.00 1 Installers https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1 1 f 1 1 1 r r 1 1 1 1 1 9/16/2013 �1 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 1. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 0. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 t 1 1 1 1 1 1 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. Y. All hours worked on Saturdays (except for make-up days) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 3 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 3. B. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. D All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. G. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, , and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 8:00 am Sunday to 8:00 am Monday and Holidays shall be paid at double the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. Holiday Codes 5 A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). 4 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (8). N. Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor. Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Holiday Codes Continued 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half -Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, 5 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 6 1 t 1 1 1 1 1 1 1 1 t 1 1 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day. 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. O. Paid Holidays. New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day After Or Before Christmas Day, And The Employees Birthday. 11). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Note Codes 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: 7 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 Over 50' To 100' -$2.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$3.00 per Foot for Each Foot Over 100 Feet Over 150' To 220' -$4.00 per Foot for Each Foot Over 150 Feet Over 220' -$5.00 per Foot for Each Foot Over 220 Feet 8 C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: r Over 50' To 100' -$1.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200' -$2.00 per Foot for Each Foot Over 150 Feet Over 200' -Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 8 1 1 1 1 1 1 1 1 r 1 1 1 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 08/31/2013 Edition, Published August 1st, 2013 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2 See Std. Plans X 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grate s, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. X 4 Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5, Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6, Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in dia meter. May also be treated, 1 thru 5. X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 2 1 1 1 1 f 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/o r boring of holes. See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X 14 Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16 Precast Catch Basin - Catch Basin type 1, 1 L, 1P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 3 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities. See Contract Plans for details. X 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. X 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used X Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 4 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 t a t 1 1 1 1 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 29. Prestressed Concrete Gird er Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover See Std. Pian. x Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 5 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 3E;. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication X 38. Light Standard -Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre -approved drawings. X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre -approved drawings 41 Precast Concrete Sloped Mountable Curb (Single and Dual Faced) See Std. Plans. Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 6 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: ' ' Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed X X Custom Message Std Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom End Sec Standard Sec 45. Aggregates/Concrete m ixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 7 ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casi ngs X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 08/31/2013 Edition, Published August 1st, 2013 1 t 1 1 t 1 1 1 t 1 1 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 9 08/31/2013 Edition, Published August 1st, 2013 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above -listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction contract requirements or specifications (e.g., excavated materials, demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, quarry, etc ,) which is established for a public works project for the necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. site pursuant to materials from borrow pit, rock specific, but not (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 10 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 08/31/2013 Edition, Published August 1st, 2013 Page 1 of 39 General Decision Number: WA130001 09/06/2013 WA1 Superseded General Decision Number: WA20120001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number Publication Date 0 01/04/2013 1 01/11/2013 2 01/18/2013 3 02/01/2013 4 02/08/2013 5 02/15/2013 6 02/22/2013 7 03/08/2013 8 03/15/2013 9 03/22/2013 10 04/05/2013 11 04/12/2013 12 04/19/2013 13 05/10/2013 14 06/07/2013 15 06/21/2013 16 06/28/2013 17 07/05/2013 18 07/12/2013 19 07/26/2013 20 08/02/2013 21 08/16/2013 22 08/23/2013 23 08/30/2013 24 09/06/2013 CARP0001-008 09/01/2009 Rates Fringes Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1• $ 27.73 10.56 GROUP 2• $ 29.73 10.56 GROUP 3• $ 28.00 10.56 GROUP 4• $ 27.73 10.56 GROUP 5• $ 63.50 10.56 http://www.wdol.gov/wdol/seafiles/davisbacon/WAl.dvb?v=24 9/16/2013 Page 2 of 39 GROUP 6 $ 30.75 10.56 GROUP 7 $ 31.75 10.56 GROUP 8 $ 28.00 10.56 GROUP 9 $ 33.75 10.56 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1• $ 26.06 10.56 GROUP 2• $ 28.06 10.56 GROUP 3• $ 26.32 10.56 GROUP 4• $ 26.06 10.56 GROUP 5 $ 60.14 10.56 GROUP 6 $ 29.07 10.56 GROUP 7 $ 30.07 10.56 GROUP 8 $ 27.32 10.56 GROUP 9 $ 33.07 10.56 CARPENTER. & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, machine erector GROUP Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell/Vehicle or Submersible operator Not Under Pressure GROUP 8: Assistant Tender, ROV Tender/Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: ZONE 1 0-40 MILES FREE ZONE 2 41-65 MILES $2.25/PER HOUR ZONE 3 66-100 MILES $3.25/PER HOUR ZONE 4 OVER 100 MILES $4.75/PER HOUR DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 9/16/2013 Page 3 of 39 CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free 26-300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. CARP0003-006 10/01/2011 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS $ 32.04 14.18 DIVERS TENDERS $ 36.34 14.18 DIVERS $ 77.08 14.18 DRYWALL $ 27.56 14.18 MILLWRIGHTS $ 32.19 14.18 PILEDRIVERS $ 33.04 14.18 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE city 1: Projects located within hall of the above mentioned ZONE 2: miles of ZONE 3: miles of ZONE 4: miles of ZONE 5: miles of ZONE 6: city of 30 miles cities Projects located more than the respective city of the Projects located more than the respective city of the Projects located more than the respective city of the Projects located more than the respective city of the Projects located more than the above mentioned cities of the respective 30 miles and less than 40 above mentioned cities 40 miles and less than 50 above mentioned cities 50 miles and less than 60 above mentioned cities 60 miles and less than 70 above mentioned cities 70 miles of the respected CARP0770-003 07/01/2012 Rates Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND Fringes http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 Page 4 of 39 9/16/2013 YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL $ 25.93 CARPENTERS $ 25.83 DIVERS TENDER $ 39.15 DIVERS $ 87.20 MILLWRIGHT AND MACHINE ERECTORS $ 37.07 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 36.22 12.60 12.60 12.60 12.60 12.60 12.60 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center listed cities: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Zone Pay: 0 -25 radius miles 26-35 radius miles 36-45 radius miles 46-55 radius miles Over 55 radius miles Free $1.00/hour $1.15/hour $1.35/hour $1.55/hour of the following Bellingham Ana cortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, Zone Pay: 0 -25 radius miles 26-45 radius miles Over 45 radius miles and Everett City center Free $ .70/hour $1.50/hour CARP0770-006 07/07/2012 Rates Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by Fringes http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 Page 5 of 39 9/16/2013 extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS $ 35.39 13.60 CARPENTERS ON CREOSOTE MATERIAL $ 35.49 13.60 CARPENTERS $ 35.39 13.60 DIVERS TENDER $ 39.15 13.60 DIVERS $ 87.20 13.60 MILLWRIGHT AND MACHINE ERECTORS $ 36.39 13.60 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 35.59 13.60 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen--Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ELEC0046-001 02/04/2013 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes Page 6 of 39 http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 9/16/2013 Page 7 of 39 CABLE SPLICER $ 46.87 3%+15.96 ELECTRICIAN $ 42.61 3%+15.96 * ELE00048-003 01/01/2013 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER $ 41.85 18.44 ELECTRICIAN $ 38.05 18.44 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31-50 miles $1.50/hour Zone 2: 51-70 miles $3.50/hour Zone 3: 71-90 miles $5.50/hour Zone 4: Beyond 90 miles $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ELE00048-029 01/01/2013 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER $ 41.85 ELECTRICIAN $ 38.05 16.39 16.39 ELEC0073-001 07/01/2013 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER $ 31.98 16.15 ELECTRICIAN $ 29.07 16.15 ELEC0076-002 09/01/2012 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 9/16/2013 Page 8 of 39 CABLE SPLICER $ 37.54 ELECTRICIAN $ 34.13 21.62 21.62 ELEC0112-005 07/01/2013 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER $ 38.90 ELECTRICIAN $ 37.05 17.35 17.29 ELEC0191-003 06/01/2013 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER $ 42.91 ELECTRICIAN $ 39.01 17.39 17.39 ELEC0191-004 07/01/2013 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates CABLE SPLICER $ 39.50 ELECTRICIAN $ 35.91 Fringes 17.30 17.3 * ENGI0302-003 06/01/2013 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Zone 1 (0-25 radius miles): Rates Fringes Power equipment operators: Group 1A $ 37.39 16.65 Group 1AA $ 37.96 16.65 Group lAAA $ 38.52 16.65 Group 1 $ 36.84 16.65 Group 2 $ 36.35 16.65 Group 3 $ 35.93 16.65 Group 4 $ 33.57 16.65 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 9/16/2013 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 9 of 39 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off-road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrpers-concrete and carry -all; Service engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 Page 10 of 39 9/16/2013 Page 11 of 39 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off-road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrpers-concrete and carry -all; Service engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 9/16/2013 Page 12 of 39 GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES MAY BE PAID ON THE FOLLOWING: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving including, but utilities excluded. 3. Marine projects (docks, wharfs, ect.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing. H-2 Class "C" Suit - Base wage rate plus $.25 per hour. H-3 Class "B" Suit - Base wage rate plus $.50 per hour. H-4 Class "A" Suit - Base wage rate plus $.75 per hour. * ENGI0302-038 06/01/2013 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Fringes Power eouipment operators: GROUP lA $ 37.39 16.65 GROUP IAA $ 37.96 16.65 GROUP lAAA $ 38.52 16.65 http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 13 of 39 GROUP 1 $ 36.84 16.65 GROUP 2 $ 36.35 16.65 GROUP 3 $ 35.93 16.65 GROUP 4 $ 33.57 16.65 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) _ $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self -propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto - grinder; Screedman, spreader, topside operator -Slaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 9/16/2013 Page 14 of 39 or crane mount; Dozer -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump -Concrete; Roller, plant mix or multi-lfit materials; Saws -concrete; Scrapers, concrete and carry all; Service engineers -equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger -mechanical; Power plant; Pumps -water; Rigger and Bellmari; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. ENGI0370-002 06/01/2013 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 Page 15 of 39 Rates Fringes Power equipment operators: GROUP 1 $ 25.56 12.85 GROUP 2 $ 25.88 12.85 GROUP 3 $ 26.49 12.85 GROUP 4 $ 26.65 12.85 GROUP 5 $ 26.81 12.85 GROUP 6 $ 27.09 12.85 GROUP 7 $ 27.36 12.85 GROUP 8 $ 28.46 12.85 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Fireman & Heater Tender; Hydro -seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler -Driver (CLD required) & Cable Tender, Mucking Machine GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable -concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 Page 16 of 39 crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 9: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber --tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re -screening); Vacuum Drill (reverse circulation drill under 8 inch bit) GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & simiLar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber -tired; Screed. Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 Page 17 of 39 Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENGI0701-002 01/01/2013 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes Power equipment operators: (See Footnote A) GROUP 1 $ 37.63 13.55 GROUP 1A $ 39.51 13.55 GROUP 1B $ 41.39 13.55 GROUP 2 $ 35.97 13.55 GROUP 3 $ 34.96 13.55 GROUP 4 $ 34.00 13.55 GROUP 5 $ 32.88 13.55 GROUP 6 $ 29.84 13.55 Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 Page 18 of 39 All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and/or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 Page 19 of 39 required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and/or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment); TOWER/WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth -moving equipment; RUBBER -TIRED SCRAPERS: Rubber - tired scraper operator, with tandem scrapers, multi -engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES -EXCAVATOR: Excavator over 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES -EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self -loading, paddle wheel, auger type, finish and/or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi -engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF-PROPELLED: Compactor Operator, with blade; Compactor Operator, multi -engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 9/16/2013 Page 20 of 39 Concrete Breaker; Reinforced Tank Banding Machine (K-17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel --Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller -Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self - unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel -Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel-electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator,single engine, single scraper; Self -loading, paddle wheel, auger type under 15 cu. ycts.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push- ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor operator, rubber -tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging http://wwvv.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 9/16/2013 Page 21 of 39 capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and/or Grooving Machine.Operator (riding type); Cement Pump Operator, Fuller -Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and/or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi -Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled; Pulva-mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self-propelled construction job site; TRACTOR -RUBBER TIRED: Tractor operator, rubber -tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 Page 22 of 39 Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding_ type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (exclduing working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler -Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self-propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator IRON0014-005 07/01/2013 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER $ 31.60 21.35 IRON0029-002 07/01/2013 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER $ 34.12 21.35 http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 1 1 1 1 f' 1 1 1 1 1 1 1 1� IRON0086-002 07/01/2013 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates IRONWORKER $ 31.60 Fringes 21.35 IRON0086-004 CLALLAM, GRAYS MASON, PIERCE, 07/01/2013 HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates IRONWORKER $ 38.14 Fringes 21.35 LAB00001-002 06/01/2013 ZONE 1: Rates Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Fringes GROUP 1 $ 22.19 9.85 GROUP 2 $ 25.41 9.85 GROUP 3 $ 31.76 9.85 GROUP 4 $ 32.53 9.85 GROUP 5 $ 33.06 9.85 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 $ 18.73 9.85 GROUP 2 $ 21.47 9.85 GROUP 3 $ 23.51 9.85 GROUP 4 $ 24.08 9.85 GROUP 5 $ 24.49 9.85 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 Page 23 of 39 9/16/2013 Page 24 of 39 hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and http://wwvv.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 9/16/2013 1 Page 25 of 39 glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). LAB00238-004 06/01/2013 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER (PASCO) GROUP 1 $ 22.00 10.65 GROUP 2 $ 24.10 10.65 GROUP 3 $ 24.37 10.65 GROUP 4 $ 24.64 10.65 GROUP 5 $ 24.92 10.65 LABORER (SPOKANE) GROUP 1 $ 21.70 10.65 GROUP 2 $ 23.80 10.65 GROUP 3 $ 24.07 10.65 GROUP 4 $ 24.34 10.65 GROUP 5 $ 24.62 10.65 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 Page 26 of 39 Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line); http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 Page 27 of 39 Miner Class "D", (to include raise and shaft miner, laser beam operator on riases and shafts) GROUP 6 - Powderman LAB00238-006 06/01/2013 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier $ 24.10 10.65 LAB00335-001 06/01/2013 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 28.65 10.05 GROUP 2 $ 29.25 10.05 GROUP 3 $ 29.69 10.05 GROUP 4 $ 30.07 10.05 GROUP 5 $ 26.15 10.05 GROUP 6 $ 23.73 10.05 GROUP 7 $ 20.53 10.05 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 Page 28 of 39 Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber -mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying) -applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 1 1 I i 1 1 1 1 1 1 1 1 1 Page 29 of 39 LAB00335-019 06/01/2012 Rates Fringes Hod Carrier $ 30.30 9.70 PAIN0005-002 07/01/2013 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS $ 28.00 14.33 PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER $ 20.82 7.44 * PAIN0005-006 07/01/2013 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting $ 26.79 10.41 Over 30'/Swing Stage Work$ 22.20 7.98 Brush, Roller, Striping, Steam -cleaning and Spray$ 21.69 10.41 Lead Abatement, Asbestos Abatement $ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet PAIN0055-002 07/01/2013 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 9/16/2013 Page 30 of 39 Rates Fringes Painters: Brush & Roller $ 21.01 8.83 High work - All work 60 ft. or higher $ 21.61 8.83 Spray and Sandblasting $ 21.76 8.83 PAIN005-007 07/01/2013 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER $ 33.41 10.36 PLAS0072-004 06/01/2013 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes CEMENT MASON/CONCRETE FINISHER ZONE 1 $ 26.01 12.14 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528-001 06/01/2013 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes Cement Masons: CEMENT MASON $ 36.63 14.55 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 37.13 14.55 TROWLING MACHINE OPERATOR ON COMPOSITION $ 37.13 14.55 PLAS0555-002 06/01/2012 CLARK, KLICKITAT AND SKAMANIA COUNTIES http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 ZONE 1: Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD$ 30.58 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD $ 30.58 CEMENT MASONS $ 29.98 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS$ 31.18 Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles ZONE 2: More than 30 miles but respective city hall. ZONE 3: More than 40 miles but respective city hall. ZONE 4: More than 50 miles but respective city hall. ZONE 5: More than 80 miles from 17.76 17.76 17.76 17.76 EUGENE, MEDFORD, PORTLAND, of the respective city hall less than 40 miles from the less than 50 miles from the less than 80 miles from the the respective city hall TEAM0037-002 06/01/2013 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Truck drivers: ZONE 1 GROUP 1 $ 26.90 GROUP 2 $ 27.02 GROUP 3 $ 27.15 GROUP 4 $ 27.41 GROUP 5 $ 27.63 GROUP 6 $ 27.79 GROUP 7 $ 27.99 Zone Differential (Add to Zone 1 Rates): Zone 2 Zone 3 Zone 4 Zone 5 - $0.65 - 1.15 - 1.70 - 2.75 Fringes http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 13.75 13.75 13.75 13.75 13.75 13.75 13.75 Page 31 of 39 9/16/2013 Page 32 of 39 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3,: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and/or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi -trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver -Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self -Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic -Welder -Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi -Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 Page 33 of 39 and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) * TEAM0174-001 06/29/2012 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1• $ 31.68 16.23 GROUP 2 $ 30.84 16.23 GROUP 3• $ 28.03 16.23 GROUP 4 $ 23.06 16.23 GROUP 5 $ 31.23 16.23 ZONE B (25-45 miles from center of listed cities*): Add per hour to Zone A rates. ZONE C (over 45 miles from $1.00 per hour to Zone A *Zone pay following BELLINGHAM EVERETT SEATTLE TACOMA centr of listed cities*): rates. will be calculated from the city center of listed cities: TRUCK DRIVERS CENTRALIA SHELTON PORT ANGELES PORT TOWNSEND CLASSIFICATIONS RAYMOND ANACORTES MT. VERNON ABERDEEN OLYMPIA BELLEVUE KENT BREMERTON Add the $.70 GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 9/16/2013 Page 34 of 39 Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four -Wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four -wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber-tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self-contained breathing apparatus or a supplied air line. TEAM0690-004 01/01/2013 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 1 Page 35 of 39 OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams, Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: GROUP 1 $ 20.17 14.44 GROUP 2 $ 22.44 14.44 GROUP 3 $ 22.94 14.44 GROUP 4 $ 23.27 14.44 GROUP 5 $ 23.38 14.44 GROUP 6 $ 23.55 14.44 GROUP 7 $ 24.08 14.44 GROUP 8 $ 24.44 14.44 AREA 2 GROUP 1 $ 21.77 14.44 GROUP 2 $ 24.31 14.44 GROUP 3 $ 24.42 14.44 GROUP 4 $ 24.75 14.44 GROUP 5 $ 24.86 14.44 GROUP 6 $ 25.02 14.44 GROUP 7 $ 25.56 14.44 GROUP 8 $ 25.88 14.44 Zone Differential (Add to Zone 1 rate: Zone 2 + $2 00) BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber -tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 9/16/2013 Page 36of39 under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck -Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 Page 37 of 39 and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 Page 38 of 39 rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=24 9/16/2013 Page 39 of 39 interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=24 9/16/2013 SECTION 6 - FAA GENERAL PROVISIONS FAA. GENERAL PROVISIONS These provisions shall govern the general construction and administration of this contract unless otherwise directed. Section No. 6 FAA General Conditions is reprinted from Division I, General Provisions, of the "Standard for Specifying Construction of Airports," Edition of September 29, 2007, as amended, published by the Federal Aviation Administration, including AC 150/5370-10C, including Notice C2. G•\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-1 1 s 1 G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 1 Section 10 Definition of Terms Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows. 10-01 AASHTO The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron 10-06 AIRPORT Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-07 ASTM The American Society for Testing and Materials. 10-08 AWARD The acceptance, by the Owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon 10-11 CALENDAR DAY. Every day shown on the calendar 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the 1 work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10-13 CONTRACT. The written a1 greement covering the work to be performed The awarded contract shall include, but is not limited to' The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates, The Specifications; The Plans, and any addenda issued to bidders. 0-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 6-2 10-15 CONTRACT TIME The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified 10-21 FAA. The Federal Aviation Administration of the U S Department of Transportation When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-23 FORCE ACCOUNT. Force account construction work is construction that is accomplished through the use of material, equipment, labor, and supervision provided by the Owner or by another public agency pursuant to an agreement with the Owner. 10-24 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor 10-25 INTENTION OF TERMS Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended, and similarly, the words "approved," "acceptable," "satisfactory,' or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-26 LABORATORY The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer 10-27 LIGHTING A system of fixtures providing or controlling the Tight sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, G.\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-3 and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface 10-28 MAJOR AND MINOR CONTRACT ITEMS A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 10-29 MATERIALS Any substance specified for use in the construction of the contract work. 10-30 NOTICE TO PROCEED A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-31 OWNER. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term "sponsor" shall have the same meaning as the term "Owner." Where the term "Owner" is capitalized in this document, it shall mean airport owner or sponsor only 10-32 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-33 PAYMENT BOND The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-34 PERFORMANCE BOND The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-35 PLANS The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications 10-36 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-37 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-38 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the Owner 10-39 RUNWAY The area on the airport prepared for the landing and takeoff of aircraft. 10-40 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-41 SPONSOR. See definition above of "Owner " 10-42 STRUCTURES. Airport facilities such as bridges, culverts, catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines, water lines, underdrains, electrical ducts, manholes, handholes, lighting fixtures and bases, transformers, flexible and s, navigational aids, buildings, vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-4 10-43 SUBGRADE. The soil that forms the pavement foundation. 10-44 SUPERINTENDENT The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction 10-45 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-46 SURETY The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor 10-47 TAXIWAY For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas 10-48 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications 10-49 WORKING DAY A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-5 1 1 1 1 r 1 t 1 1 1 1 1 1 1 Section 20 Proposal Requirements and Conditions 20-01 ADVERTISEMENT (Notice to Bidders)See SECTION 1.0 Invitation to Bid. 20-02 PREQUALIFICATION OF BIDDERS Each bidder shall furnish the owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available In addition, each bidder shall furnish the owner satisfactory evidence of his/her financial responsibility Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the Owner Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening 20-03 CONTENTS OF PROPOSAL FORMS The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached The plans specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. For AIP contracts, the proposal shall conform to the requirements of local laws and ordinances pertaining to letting of contracts and, in addition, shall conform to the requirements of Part 152 of the Federal Aviation Regulations pertaining to the particular contractor being let. 20-04 ISSUANCE OF PROPOSAL FORMS The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons. a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective bidder c. Contractor default under previous contracts with the Owner. d. Unsatisfactory work on previous contracts with the Owner G\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-6 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only Such information has been made available for the convenience of all bidders It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner 20-07 PREPARATION OF PROPOSAL The bidder shall submit his/her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name arid post office address must be shown If made by a partnership, the name and post office address of each member of the partnership must be shown If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-7 c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price d. If the proposal contains unit prices that are obviously unbalanced e. If the proposal is not accompanied by the proposal guaranty specified by the Owner The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 BID GUARANTEE Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. For AIP contracts expected to exceed $100,000, each separate proposal shall be accompanied by a bid bond, certified check, or other negotiable instrument in the amount of not less than 5 percent of the bid price submitted Such proposal guarantee shall be given by the contractor as his assurance to the owner that he will enter into a contract, within the time specified, if he is the successful bidder This requirement is contained in Federal Aviation Regulations Part 152, Amendment 152-2, effective July 1, 1974 20-10 DELIVERY OF PROPOSAL Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids 20-12 PUBLIC OPENING OF PROPOSALS Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS A bidder shall be considered disqualified for any of the following reasons. a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. G:\PROJECTS12011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-8 1 b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder c. If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 G•\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-9 Section 30 Award and Execution of Contract 30-01 CONSIDERATION OF PROPOSALS After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons. a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20 b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts, advertise for new proposals; or proceed with the work otherwise All such actions shall promote the Owner's best interests. 30-02 AWARD OF CONTRACT The award of a contract, if it is to be awarded, shall be made within 90 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner No award shall be made until the FAA has concurred in the owner's recommendation to make such award and has approved the owner's proposed contract to the extent that such concurrence and approval are required by 49 CFR Part 18. 30-03 CANCELLATION OF AWARD The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section 30-04 RETURN OF PROPOSAL GUARANTY All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section G \PROJECTS \2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-10 30-05 REQUIREMENTS OF CONTRACT BONDS At the tirrie of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. These bonds shall remain in effect until one (1) year after the date of Substantial Completion, except as otherwise provided by law. All Bonds shall be in the forms prescribed by the bidding documents and be executed by such Sureties as 1) are licensed to conduct business in the state where the project is located, and 2) are named in the current list of "Companies Holding Certifications of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. Contracts awarded in excess of $100,000 shall require separate performance and payment bonds in the full amount of the awarded contract. 30-06 EXECUTION OF CONTRACT The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended 30-07 APPROVAL OF CONTRACT Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. END OF SECTION 30 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-11 1 Section 40 Scope of Work 1 1 1 1 1 1 1 1 1 1 1 1 40-01 INTENT OF CONTRACT The intent of the contract is to provide for construction and completion, in every detail, of the work described It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. All supplemental agreements shall be approved by the FAA and shall include valid wage determinations of the U S. Secretary of Labor when the amount of the supplemental agreement exceeds $2,000 00. However, if the contractor elects to waive the limitations on work that increase or decrease the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to the same U.S Secretary of Labor wage determination as was included in the originally awarded contract. All supplemental agreements shall require consent of the contractor's surety and separate performance and payment bonds. 40-03 OMITTED ITEMS The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work." Extra Work that is within the general G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-12 scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, he may order the Contractor to proceed with Extra Work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90 Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10 Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-05 MAINTENANCE OF TRAFFIC It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying. personnel; equipment; vehicles, storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-13 removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for his/her own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b , or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-08 FINAL CLEANING UP Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-14 on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-15 Section 50 Control of Work 50-01 AUTHORITY OF THE ENGINEER The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for under the contract. The Engineer does not have the authority to accept materials that do not conform to FAA specification requirements. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, he will advise the Owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA, to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-16 contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars, contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited standards for testing occur due to the timing of changing, editing, and replacing of standards. In the event the Contractor discovers any apparent discrepancy within standard test methods, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 50-04 COOPERATION OF CONTRACTOR The Contractor will be supplied with five copies each of the plans and specifications He shall have available on the work at all times one copy each of the plans and specifications Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and hold harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-17 The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper prosecution and control of the work contracted for under these specifications. The Contractor must give weekly copies of the survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor In case of error on the part of the Contractor, or his/her employees, resulting in establishing grades and/or alignment that are not in accordance with the plans or established by the Engineer, all construction not in accordance with the established grades and/or alignment shall be replaced without additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to. Rough Grade slope stakes at 100 foot stations. Drainage Swales slope stakes and flow line blue tops at 50 foot stations. Subgrade blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: a. Runway minimum 5 per station b. Taxiways minimum 3 per station c. Holding apron areas minimum 3 per station Base Course blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: a Runway minimum 5 per station c. Holding apron areas Pavement areas: minimum 3 per station b. Between Lifts at 25 foot stations for the following section locations: (1) Runways each paving lane width (2) Taxiways each paving lane width (3) Holding areas ach paving lane -width c. After finish paving operations at 50 foot station., .. ee d. Shoulder and safety area blue tops at 50 foot stations and at all break points with maximum of 50 foot offsets Fence lines at 100 foot stations. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-18 Electrical and Communications System locations, lines and grades including but not limited to duct runs, - (signs), pull boxes and manholes. Brain • Painting and Striping layout (pinned with 1 5 in PK nails) marked for paint Contractor (All nails shall be removed after painting) Note Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor Inspectors employed by the Owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORK All materials and each part or detail of the work shall be subject to inspection by the Engineer The Engineer' shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall have G.\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-19 the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK All work that does not conform to the requirements of the contract, plans, and specifications willbe considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70 No removal work made under provision of this subsection shall be done without lines and grades having been given by the Engineer Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS The Contractor shall comply with all legal Toad restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION The Contractor shall maintain the work during construction and until the work is accepted This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-20 Contractor shall be required to remedy such unsatisfactory maintenance condition The time specified will give due consideration to the urgency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to becon-ie due the Contractor. 50-14 PARTIAL ACCEPTANCE If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. 50-17 COST REDUCTION INCENTIVE The provisions of this subsection will apply only to contracts awarded to the lowest bidder pursuant to competitive bidding. On projects with original contract amounts in excess of $100,000, the Contractor may submit to the Engineer, in writing, proposals for modifying the plans, specifications or other requirements of the contract G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-21 for the sole purpose of reducing the cost of construction. The cost reduction proposal shall not impair, in any manner, the essential functions or characteristics of the project, including but not limited to service life, economy of operation, ease of maintenance, desired appearance, design and safety standards. This provision shall not apply unless the proposal submitted is specifically identified by the Contractor as being presented for consideration as a value engineering proposal. Not eligible for cost reduction proposals are changes in the basic design of a pavement type, runway and taxiway lighting, visual aids, hydraulic capacity of drainage facilities, or changes in grade or alignment that reduce the geometric standards of the project. As a minimum, the following information shall be submitted by the Contractor with each proposal: a. A description of both existing contract requirements for performing the work and the proposed changes, with a discussion of the comparative advantages and disadvantages of each; b An itemization of the contract requirements that must be changed if the proposal is adopted, c. A detailed estimate of the cost of performing the work under the existing contract and under the proposed changes; d. A statement of the time by which a change order adopting the proposal must be issued, e. A statement of the effect the adoption of the proposal will have on the time for completion of the contract; and f The contract items of work affected by the proposed changes, including any quantity variation attributable to them. The Contractor may withdraw, in whole or in part, any cost reduction proposal not accepted by the Engineer, within the period specified in the proposal. The provisions of this subsection shall not be construed to require the Engineer to consider any cost reduction proposal that may be submitted. The Contractor shall continue to perform the work in accordance with the requirements of the contract until a change order incorporating the cost reduction proposal has been issued. If a change order has not been issued by the date upon which the Contractor's cost reduction proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have requested in writing, such cost reduction proposal shall be deemed rejected. The Engineer shall be the sole judge of the acceptability of a cost reduction proposal and of the estimated net savings from the adoption of all or any part of such proposal. In determining the estimated net savings, the Engineer may disregard the contract bid prices if, in the Engineer's judgment such prices do not represent a fair measure of the value of the work to be performed or deleted The Owner may require the Contractor to share in the Owner's costs of investigating a cost reduction proposal submitted by the Contractor as a condition of considering such proposal Where such a condition is imposed, the Contractor shall acknowledge acceptance of it in writing. Such acceptance shall constitute full authority for the Owner to deduct the cost of investigating a cost reduction proposal from amounts payable to the Contractor under the contract. If the Contractor's cost reduction proposal is accepted in whole or in part, such acceptance will be by a contract change order that shall specifically state that it is executed pursuant to this subsection Such change order shall incorporate the changes in the plans and specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted and shall include any conditions upon which the Engineer's approval is based. The change order shall also set forth the estimated net savings attributable to the cost reduction proposal The net savings shall be determined as the difference in costs between the original contract costs for the involved work items and the costs occurring as a result of the G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-22 proposed change. The change order shall also establish the net savings agreed upon and shall provide for adjustment in the contract price that will divide the net savings equally between the Contractor and the Owner The Contractor's 50 percent share of the net savings shall constitute full compensation to the Contractor for the cost reduction proposal and the performance of the work. Acceptance of the cost -reduction proposal and performance of the cost -reduction work shall not extend the time of completion of the contract unless specifically provided for in the contract change order END OF SECTION 50 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-23 Section 60 Control of Materials 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and, b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense Unless otherwise designated, tests in accordance with the cited standard methods of ASTM, AASHTO, Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer The testing organizations performing on site field tests shall have copies of all referenced standards on the •construction site for use by all technicians and other personnel, including the Contractor's representative at his/her request. Unless otherwise designated, samples will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. The Contractor shall employ a testing organization to perform all Contractor required tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-24 60-03 CERTIFICATION OF COMPLIANCE The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-25 enteringintr to the wo k. 60-06 STORAGE OF MATERIALS Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its used in the work. 60-08 OWNER FURNISHED MATERIALS The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner -furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner -furnished materials shall be included in the unit price bid for the contract item in which such Owner -furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner -furnished material The Owner will deduct from any G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-26 monies due or to become due the Contractor any cost incurred by the Owner in making good such Toss due to the Contractor's handling, storage, or use of Owner -furnished materials. END OF SECTION 60 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-27 Section 70 Legal Regulations and Responsibility to Public 70-01 LAWS TO BE OBSERVED The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees 70-02 PERMITS, LICENSES, AND TAXES The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows. Owner (Utility or Other Facility) Location (See Plan Sheet No.) Person to Contact (Name, Title, Address and Phone) Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. G\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-28 70-05 FEDERAL AID PARTICIPATION For AIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the United States Code (USC) and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area shall be a maximum of 18 inches high Unless otherwise specified, barricades shall be spaced not more than 25 feet apart. Barricades, warning signs, and markings shall be paid for under Section 40-05. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office) When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, Standards for Airport Markings. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-29 1 1 1 1 1 i 1 1 1 1 1 1 1 The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer Open -flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non -execution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; G:\PROJECTS\2011\11050\Specs12013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-30 or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his/her surety may be held until such suits, actions, or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance 70-12 THIRD PARTY BENEFICIARY CLAUSE It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans When so specified, the Contractor shall complete' such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the Owner as described below: Phase 1. The work extents are shown on the plans and mainly consist of work on the west ramp Phase 2 The work extents are shown on the plans and mainly consist of work on the east ramp. Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions) Contractor shall refer to the approved safety plan to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Aprorl Rehabilitation Project Specifications.Docx 6-31 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated as follows: "It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service." It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-32 CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-15.1 FAA FACILITIES AND CABLE RUNS The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor, during the prosecution of the project work, shall comply with the following: a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities b. The Contractor shall notify the above named FAA Airway Facilities Point -of -Contact seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. c. If prosecution of the project work requires a facility outage, the Contractor shall contact the above named FAA Point -of -Contact a minimum of 48 hours prior to the time of the required outage. d If prosecution of the project work results in damages to existing FAA equipment or cables, the Contractor shall repair the damaged item in conformance with FAA Airway Facilities' standards to the satisfaction of the above named FAA Point -of -Contact. e. If the project work requires the cutting or splicing of FAA owned cables, the above named FAA Point -of -Contact shall be contacted a minimum of 48 hours prior to the time the cable work commences. The FM reserves the right to have a FAA Airway Facilities representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA Airway Facilities' specifications and require approval by the above named FAA Point -of -Contact as a condition of acceptance by the Owner The Contractor is hereby advised that FAA Airway Facilities restricts the location of where splices may be installed If a cable splice is required in a location that is not permitted by FAA Airway Facilities, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 70-16 FURNISHING RIGHTS-OF-WAY The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-33 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner 70-18 NO WAIVER OF LEGAL RIGHTS Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80 END OF SECTION 70 G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-34 Section 80 Prosecution and Progress 80-01 SUBLETTING OF CONTRACT The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost. 80-02 NOTICE TO PROCEED The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 LIMITATION OF OPERATIONS The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS (AOA) of the airport. When the work requires the Contractor to conduct his/her operations within an AOA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-35 communications as hereinafter specified; immediately obey all instructions to vacate the AOA; immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until the satisfactory conditions are provided Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions). 80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION All Contractors' operations shall be conducted in accordance with the project safety plan and the provisions set forth within the current version of Advisory Circular 150/5370-2. The safety plan included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities The Contractor shall prepare and submit a plan that details how it proposes to comply with the requirements presented within the safety plan. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity The Contractor shall conduct routine checks of the safety plan measures to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the safety plan and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved safety plan unless approved in writing by the Owner or Engineer. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to met requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications G\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-36 When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK) G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-37 The Engineer shall base his/her weekly statement of contract time charged on the following considerations. (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be on a triple -shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (3) (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. (5) c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-38 1 t 1 t r 1 1 1 1 1 1 1 which could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. Schedule Liquidated Damages Cost Allowed Construction Time A and B $1,500 00 Per Working Day 30 Days The maximum construction time allowed for Schedules A and B will be the sum of the time allowed for individual schedules but not more than 30 days. (Note. this paragraph will be modified for each project.) Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor. a. Fails to begin the work under the contract within the time specified in the "Notice to Proceed;" or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract; or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable; or d. Discontinues the prosecution of the work; or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency; or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days; or h. Makes an assignment for the benefit of creditors; or i For any other cause whatsoever, fails to carry on the work in an acceptable manner G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-39 Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started No claims or Toss of anticipated profits shall be considered Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or Air Operations Area (AOA) shall be crossed, entered, or obstructed while it is operational The Contractor shall plan and coordinate his/her work in such a manner as to insure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a minimum or 350 feet from the centerline of an active runway No equipment will be allowed to park within the approach area of an active runway at any time No equipment shall be within 250 feet of an active runway at any time. END OF SECTION 80 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-40 Section 90 Measurement and Payment 90-01 MEASUREMENT OF QUANTITIES All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 sq ft (0 8 square meter) or less Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of in. The term "ton" will mean the short ton consisting of 2,000 Ib (907 km) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kg). When measured by volume, such volumes will be measured at 60 °F (15 °C) or will be corrected to the volume at 60 °F (15 °C) using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-41 When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kg) or hundredweight (km) Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure Measurement will be based on nominal widths and thicknesses and the extreme length of each piece The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50 -pound (2.3 km) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales rnust be tested for accuracy and serviced before use at a new site Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the event inspection reveals the scales have been underweighing (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-42 1 materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70 When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the �• contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the 11, subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any accepted quantities of work actually completed and accepted No allowance, except as provided for in the increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed 1 and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the 1 property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 1 G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-43 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. Quantities of materials, prices, and extensions. Transportation of materials. Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by the Engineer, of the value of the work performed and materials complete and in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily Completed. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-44 i From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. When at least 95 percent of the work has been completed, the Engineer shall, at the Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 PAYMENT FOR MATERIALS ON HAND Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-45 It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to the following conditions a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner b The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30 -day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50 After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-46 Section 100 Contractor Quality Control Program 100-01 GENERAL When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements Acceptance testing requirements are the responsibility of the Engineer. 100-02 DESCRIPTION OF PROGRAM a. General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed by the Engineer prior to the start of any production, construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer for review at least 7 calendar days before the start of work. The Quality Control Program shall be organized to address, as a minimum, the following items. a. Quality control organization b. Project progress schedule c. Submittals schedule G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications. Docx 6-47 d. Inspection requirements e. Quality control testing plan f. Documentation of quality control activities g. Requirements for corrective action when quality control and/or acceptance criteria are not met The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract. 100-03 QUALITY CONTROL ORGANIZATION The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel. a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least 1 of the following requirements: (1) Professional engineer with 1 year of airport paving experience acceptable to the Engineer. (2) Engineer -in -training with 2 years of airport paving experience acceptable to the Engineer. (3) An individual with 3 years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5 Highway materials technician certified at Level III by NICET (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-48 The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of 2 years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions. (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by Section 100-06 (2) Performance of all quality control tests as required by the technical specifications and Section 100-07 Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 PROJECT PROGRESS SCHEDULE The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 SUBMITTALS SCHEDULE The Contractor shall submit a detailed listing of all submittals (for example, mix designs, material certifications) and shop drawings required by the technical specifications The listing can be developed in a spreadsheet format and shall include. a. Specification item number b. Item description c. Description of submittal G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-49 d Specification paragraph requiring submittal e Scheduled date of submittal 100-06 INSPECTION REQUIREMENTS Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements. a. During plant operation for material production, quality control test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and used b. During field operations, quality control test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified The Program shall document how these and other quality control functions will be accomplished and used 100-07 QUALITY CONTROL TESTING PLAN As a pari: of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following a. Specification item number (for example, P-401) b Item description (for example, Plant Mix Bituminous Pavements) c. Test type (for example, gradation, grade, asphalt content) d. Test standard (for example, ASTM or AASHTO test number, as applicable) e. Test frequency (for example, as required by technical specifications or minimum frequency when requirements are not stated) f. Responsibility (for example, plant technician) g Control requirements (for example, target, permissible deviations) The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance with ASTM D 3665 The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by Section 100-08 100-08 DOCUMENTATION The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-50 including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records. a. Daily Inspection Reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description, (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; (5) Adherence to plans and technical specifications; (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b Daily Test Reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information. (1) Technical specification item number and description (2) Test designation (3) Location (4) Date of test (5) Control requirements (6) Test results (7) Causes for rejection G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-51 (8) Recommended remedial actions (9) Retests Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 CORRECTIVE ACTION REQUIREMENTS The Quality Control Program shall indicate the appropriate action to be takers when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and use statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 SURVEILLANCE BY THE ENGINEER All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work. 100-11 NONCOMPLIANCE a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action Any notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions are taken. END OF SECTION 100 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-52 Section 110 Method of Estimating Percentage of Material within Specification Limits (PWL) 110-01 GENERAL When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (Sn) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter From these values, the respective Quality index, QL for Lower Quality Index and/or Qu for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted It is the intent of this section to inform the contractor that, in order to consistently offset the contractor's risk for material evaluated, production quality (using population average and population standard deviation) must be maintained at the acceptable quality specified or higher In all cases, it is the responsibility of the contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and tested at the frequencies specified. 110-02 METHOD FOR COMPUTING PWL The computational sequence for computing PWL is as follows: a. Divide the lot into "N" sublots in accordance with the acceptance requirements of the specification b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification d. Find the sample average (X) for all sublot values within the lot by using the following formula. X= (Xi +X2+X3+ ..XN)/N Where: X = Sample average of all sublot values within a lot x1, x2 = Individual sublot values n = Number of sublots e. Find the sample standard deviation (S„) by use of the following formula: SN = [(D12 + D22 + D32 + DN2)/(N-1)]1/2 Where. Sn = Sample standard deviation of the number of sublot values in the set d1, d2 = Deviations of the individual sublot values x1, x2, . from the average value X that is. d1 = (x1 - X), d2 = (x2 - X) ... do = (xn - X) n = Number of sublots G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-53 f. For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of the following formula. g. QL=(X-L)/SN Where. L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. For double -sided specification limits (that is, L and U), compute the Quality Indexes QL and Qu by use of the following formulas. QL=(X-L)/S„ AND Qu=(U-X)/Sn Where. L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (ri) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu. Determine the PWL by use of the following formula. PWL = (Pu + PL) - 100 Where: PL = percent within lower specification limit Pu = percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density 1. Density of four random cores taken from Lot A. A-1 = 96 60 A-2 = 97.55 A-3 = 99.30 A-4 = 98 35 n=4 2. Calculate average density for the lot. X=(X1+x2+x3+. .x)/n X=(9660+97.55+99.30+98.35)/4 X = 97.95 percent density 3. Calculate the standard deviation for the lot. Sr, = [((96 60 - 97.95)2 + (97 55 - 97.95)2 +(99.30 -97 95)2 + (98.35 -97 95)2)) / (4 - 1)]h12 Sn=[(1.82+016+1 82+016)/3]12 ,cin = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96 3) QL = (X -L) / Sn QL = (97.95-96.30)/ 1.15 QL = 1.4348 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-54 5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL = 98 B. PWL Determination for Air Voids 1. Air Voids of four random samples taken from Lot A. A-1 = 5 00 A-2 = 3.74 A-3 = 2.30 A-4 = 3 25 2. Calculate the average air voids for the lot. X= (xi +x2+x3...n)/n X = (5.00 + 3.74 + 2.30 + 3 25) / 4 X = 3.57 percent 3. Calculate the standard deviation S. for the lot. S, = [((3.57 - 5 00)2 + (3.57 - 3 74)2 + (3.57 - 2.30)2 + (3 57 -3.25)2) / (4 - 1)11/2 S„=[(2.04+003+1 62+0.10)/3]11 S„ = 1 12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL=(X-L)/Sn QL = (3.57 - 2.00) / 1.12 QL = 1 3992 5. Determine PL by entering Table 1 with QL = 1 41 and n = 4 PL = 97 6. Calculate the Upper Quality Index Qu for the lot. (U= 5.0) Qu=(U-X)/S„ Qu = (5 00 - 3 57) / 1.12 Qu = 1.2702 7. Determine Pu by entering Table 1 with Qu = 1.29 and n = 4 Pu = 93 8. Calculate Air Voids PWL PWL = (PL + Pu) - 100 PWL = (97 + 93) - 100 = 90 EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E 178) Project: Example Project Test Item: Item P-401, Lot A. A. Outlier Determination for Mat Density 1. Density of four random cores taken from Lot A arranged in descending order. A-3 = 99.30 A-4 = 98 35 A-2 = 97.55 A-1 = 96.60 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-55 2. Use n=4 and upper 5 percent significance level of to find the critical value for test criterion = 1.463 3. Use average density, standard deviation, and test criterion value to evaluate density measurements. a. For measurements greater than the average If (measurement - average)/(standard deviation) is Tess than test criterion, then the measurement is not considered an outlier For A-3, check if ( 99.30 - 97.95 ) / 1.15 is greater than 1.463. Since 1 174 is less than 1.463, the value is not an outlier. b. For measurements less than the average: If (average - measurement)/(standard deviation) is Tess than test criterion, then the measurement is not considered an outlier For A-1, check if ( 97 95 - 96 60) / 1.15 is greater than 1.463. Since 1 435 is less than 1.463, the value is not an outlier. NOTE: In this example, a measurement would be considered an outlier if the density were: Greater than (97.95 + 1.463 x 1.15) = 99.63 percent C)R less than (97 957 1.463 x 1.15) = 96.27 percent. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-56 1 1 1 1 1 1 1 1 1 a 1 1 1 1 1 1 1 1 Table 1. Table for Estimating Percent of Percent Within Limits(PL and Pu) Positive Values of Q (QL and Qu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 19994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1 8053 1 8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96. .1 1456 1.3800 1.4897 1.5497 1.5871 1.6127 1 6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1 1342 1.3200 1.3946 1.4329 1 4561 1 4717 1 4829 1 4914 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1 4265 92 1.1184 1.2600 1.3088 1.3323 1 3461 1 3554 1 3620 1.3670 91 1 1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1 3118 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602 89 1.0864 1.1700 1 1909 1.1995 1.2043 1.2075 1.2098 1.2115 88 1.0736 1.1400 1.1537 1 1587 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1 1173 1.1192 1.1199 1.1204 1.1208 1 1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1 0794 1.0791 1.0789 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1.0119 10200 10124 10071 10037 1.0015 10000 0.9990 83 0.9939 0.9900 0.9785 0 9715 0.9671 0.9643 0.9624 0 9610 82 0.9749 0.9600 0.9452 0 9367 0.9315 0 9281 0 9258 0 9241 81 0.9550 0.9300 0.9123 0 9025 0.8966 0.8928 0.8901 0 8882 80 0.9342 0 9000 0.8799 0 8690 0.8625 0.8583 0.8554 0.8533 79 0 9124 0.8700 0 8478 0.8360 0.8291 0 8245 0 8214 0.8192 78 0.8897 0.8400 0.8160 0 8036 0 7962 0.7915 0.7882 0 7858 77 0 8662 0 8100 0 7846 0.7716 0.7640 0.7590 0 7556 0 7531 76 0.8417 0.7800 0.7535 0.7401 0.7322 0 7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0 6922 0.6896 74 0.7904 0.7200 0 6921 0.6781 0.6701 0.6649 0 6613 0 6587 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0 6308 0.6282 72 0.7360 0 6600 0 6316 0.6176 0.6095 0.6044 0.6008 0 5982 71 0 7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0 5686 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0 5700 0.5423 0.5290 0.5213 0.5164 0 5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0 4844 0 4820 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0 4560 0 4537 66 0.5563 0.4800 0 4545 0 4424 0.4355 0 4310 0 4280 0 4257 65 0.5242 , 0.4500 0.4255 0.4139 0.4073 0 4030 0.4001 0.3980 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0 3705 63 0 4586 0.3900 0 3679 0 3575 0.3515 0.3477 0 3451 0 3432 62 0 4251 0.3600 0.3392 0 3295 0.3239 0.3203 0.3179 0 3161 61 0 3911 0 3300 0 3107 0.3016 0.2964 0.2931 0.2908 0.2892 60 0 3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0 3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 01971 01911 0.1877 0.1855 01840 0.1829 56 0.2164 0.1800 01688 0.1636 0.1607 01588 01575 0.1566 55 0.1806 0.1500 0.1406 01363 0.1338 0.1322 01312 01304 54 01447 0.1200 01125 0.1090 0.1070 01057 0.1049 0.1042 53 0.1087 0.0900 0.0843 0 0817 0.0802 0 0793 0.0786 0.0781 52 0.0725 0.0600 0.0562 0 0544 0.0534 0 0528 0 0524 0.0521 51 0.0363 0.0300 0.0281 0.0272 0 0267 0.0264 0 0262 0 0260 50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0 0000 0.0000 G.\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-57 Percent Within Negative Values of Q (QL and Qu) Limits (PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 49 -0.0363 -0 0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0 0528 -0.0524 -0.0521 47 -0.1087 -0.0900 -0.0843 -0.0817 -0 0802 -0 0793 -0.0786 -0 0781 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -01057 -0.1049 -0.1042 45 -0.1806 -0.1500 -0.1406 -01363 -0.1338 -0.1322 -01312 -0.1304 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -01575 -01566 43 -0 2519 -0.2100 -0.1971 -0.1911 -0.1877 -0 1855 -0 1840 -0.1829 42 -0 2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624 39 -0 3911 -0.3300 -0 3107 -0 3016 -0.2964 -0.2931 -0.2908 -0.2892 38 -0 4251 -0.3600 -0 3392 -0 3295 -0.3239 -0.3203 -0 3179 -0.3161 37 -0.4586 -0.3900 -0 3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 36 -0.4916 -0.4200 -0 3967 -0 3856 -0.3793 -0.3753 -0.3725 . . -0.3705 35 -0.5242 -0 4500 -0.4255 -0.4139 -0 4073 -0.4030 -0.4001 -0.3980 34 -0 5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257 33 -0.5878 -0.5100 -0 4836 -0.4710 -0.4638 -0.4592 -0.4560 -0 4537 32 -0.6187 -0.5400 -0 5129 -0.4999 -0.4924 -0.4877 -0 4844 -0.4820 31 -0.6490 -0 5700 -0.5423 -0.5290 -0 5213 -0 5164 -0.5130 -0.5105 30 -0.6787 -0.6000 -0 5719 -0.5582 -0.5504 -0.5454 -0 5419 -0 5394 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0 5686 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982 27 -0.7636 -0.6900 -0 6617 -0.6477 -0.6396 -0.6344 -0 6308 -0.6282 26 -0.7904 -0 7200 -0.6921 -0.6781 -0 6701 -0 6649 -0.6613 -0.6587 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0 6922 -0.6896 24 -0.8417 -0.7800 -0.7535 -0.7401 -0 7322 -0 7271. -0.7236 -0.7211 23 -0.8662 -0.8100 -0.7846 -0.7716 -0 7640 -0 7590 -0.7556 -0.7531 22 -0.8897 -0 8400 -0 8160 -0.8036 -0 7962 -0.7915 -0.7882 -0.7858 21 -0 9124 -0 8700 -0.8478 -0.8360 -0 8291 -0.8245 -0.8214 -0 8192 20 -0.9342 -0 9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533 19 -0 9550 -0.9300 -0 9123 -0 9025 -0.8966 -0.8928 -0 8901 -0.8882 18 -0 9749 -0.9600 -0 9452 -0.9367 -0 9315 -0 9281 -0.9258 -0.9241 17 -0.9939 -0 9900 -0.9785 -0.9715 -0 9671 -0 9643 -0.9624 -0.9610 16 -1.0119 -1.0200 -1 0124 -1 0071 -1.0037 -1 0015 -1.0000 -0 9990 15 -1.0288 -1.0500 -1.0467 -10435 -1.0413 -10399 -1.0389 -1.0382 14 -10448 -10800 -10817 -10808 -1.0800 -1.0794 -1.0791 -10789 13 -1.0597 -1.1100 -1.1173 -11192 -1.1199 -1.1204 -11208 -11212 12 -1.0736 -1.1400 -1.1537 -11587 -1.1613 -11630 -1.1643 -1.1653 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1 3032 -1.3081 -1.3118 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -13670 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -14717 -1,.4829. -1.4914 5 -1.1405 -1.3500 -1.4407 -1.4887 -1 5181 -1.5381 -1.5525 -1 5635 4 -1.1456 -1.3800 -14897 -1.5497 -1.5871 -1.6127 -1.6313 . -1.6454 3 -11496 -1.4100 -1.5427 -1.6181 -16661 -1.6993 -1.7235 -17420 2 -1 1524 -1.4400 -1.6016 -1.6982 -1 7612 -1 8053 -1.8379 -1 8630 1 -1.1541 -14700 -16714 -18008 -18888 -1.9520 -19994 -2.0362 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-58 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Section 120 Nuclear Gauges 120-01 TESTING When the specifications provide for nuclear gauge acceptance testing of material for Items P-152, P-154, P-208, and P-209, the testing shall be performed in accordance with this section. At each sampling location, the field density shall be determined in accordance with ASTM D 6938 using the Direct Transmission Method. The nuclear gauge shall be calibrated in accordance with ASTM D 6938 Calibration and operation of the gauge shall be in accordance with the requirements of the manufacturer. The operator of the nuclear gauge must show evidence of training and experience in the use of the instrument. The gauge shall be standardized daily in accordance with ASTM standards. When using the nuclear method, ASTM D 6938 shall be used to determine the moisture content of the material. The calibration curve furnished with the nuclear gauges shall be checked in accordance with ASTM standards The calibration checks shall be made at the beginning of a job and at regular daily intervals. The material shall be accepted on a lot basis. Each Lot shall be divided into eight (8) sublots when ASTM D 6938 is used. 120-02. When PWL concepts are incorporated, compaction shall continue until a PWL of 90 percent or more is achieved using the lower specification tolerance limits (L) below. The percentage of material within specification limits (PWL) shall be determined in accordance with the procedures specified in Section 110 of the General Provisions The lower specification tolerance limit (L) for density shall be: Specification Item Number Item P-152 Item P-154 Item P-208 Item P-209 Specification Tolerance (L) for Density, (percent of laboratory maximum) 90.5 for cohesive material, 95.5 for non -cohesive 95.5 97.0 97 0 If the PWL is Tess than 90 percent, the lot shall be reworked and recompacted by the Contractor at the Contractor's expense After reworking and recompaction, the lot shall be resampled and retested Retest results for the lot shall be reevaluated for acceptance. This procedure shall continue until the PWL is 90 percent or greater. 120-03 VERIFICATION TESTING (For Items P-152 and P-154 only.) The Engineer will verify the maximum laboratory density of material placed in the field for each lot. A minimum of one test will be made for each lot of material at the site. The verification process will consist of; (1) compacting the material and determining the dry density and moisture -density in accordance with [ASTM D 698 for aircraft gross weights Tess than 60,0000 pounds] [ASTM D 1557 for aircraft gross weights 60,000 pounds or more], and (2) comparing the result with the laboratory moisture -density curves for the material being placed. This verification process is commonly referred to as a "one -point Proctor". If the material does not conform to the existing moisture -density curves, the Engineer will establish the laboratory maximum density and optimum moisture content for the material in accordance with [ASTM D 698 for aircraft gross weights less than 60,0000 pounds] [ASTM D 1557 for aircraft gross weights 60,000 pounds or more]. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-59 Additional verification tests will be made, if necessary, to properly classify all materials placed in the lot. The percent compaction of each sampling location will be determined by dividing the field density of each sublot by the laboratory maximum density for the lot. END OF SECTION 120 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 6-60 1 1 1 1 1 1 1 1 1 SECTION 7 - OWNER'S SUPPLEMENT TO THE FAA GENERAL CONDITIONS 1 1 1 1 1 1 1 1 1 OWNER'S SUPPLEMENT TO THE FAA GENERAL CONDITIONS These are supplements to the FAA General Conditions; any discrepancies shall be governed by the owner's supplement conditions. 7.1 DEFINITIONS Wherever used in this supplement to the FAA general conditions or in the other contract documents, the following terms have the meanings indicated which are applicable to both the singular and plural thereof: ADDENDA- Written and/or graphic instruments issued prior to the opening of bids that clarify, correct of change the bidding documents or the contract documents. AGREEMENT- The written agreement between the owner and contractor covering the work to be performed Other contract documents may be attached to the agreement and made a part thereof as provided therein. APPLICATION FOR PAYMENT — The form accepted by the engineer which is to be used by the contractor in requesting progress or final payments and which is to include such supporting documentation as required by the contract documents. BID — The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the work to be performed. BONDS — Bid, performance and payment bonds and other instruments of security CONTRACT DOCUMENTS — The agreement, addenda (which pertain to the contract documents), contractor's bid (including documentation accompanying the bid and any post -bid documentation submitted prior to the notice of award) when attached as an exhibit to the agreement, the bonds, these general conditions, the supplemental general conditions, the specifications, the drawings as the same are more specifically identified in the agreement, together with all modifications issued after the execution of the agreement. CONTRACT PRICE — The moneys payable by the owner to the contractor under the contract documents as stated in the agreement. CONTRACT TIME — The number of days as computed in accordance with section 3.17.2 or the date stated in the agreement for the completion of the work. DAY — A calendar of twenty-four (24) hours measured from midnight to the next midnight. DEFECTIVE — An adjective which when modifying the word work refers to work that is, in the engineer's opinion, unsatisfactory, faulty or deficient, or does conform to the contract documents or does not meet the requirements of any inspection, test or approval referred to in the contract documents, or has been damaged prior to the engineer's recommendation of final payment. DRAWINGS — The drawings which show the character and scope of the work to be performed and which have been prepared or approved by the engineer and are referred to in the contract documents. EFFECTIVE DATE OF THE AGREEMENT — The date indicated in the agreement on which it becomes effective, but if no such date is indicated it means the date on which the agreement is signed and delivered by the last of the two parties to sign and deliver ENGINEER — Huibregtse, Louman Associates, Inc. (HLA) G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-1 FIELD ORDER — A written order issued by the engineer which orders minor changes in the work in accordance with section 3.10.2 but which does not involve a change in the contract price or the contract time. MODIFICATION — (1) A written amendment of the contract documents signed by both parties, (2) a change order, or (3) a field order. A modification may only be issued after the effective date of the agreement. NOTICE OF AWARD — The written notice by the owner to the apparent successful bidder stating that upon compliance by the apparent successfully bidder with the conditions precedent enumerated therein, within the time specified, the owner will sign and deliver the agreement. NOTICE OF PROCEED — A written notice given by the owner to the contractor (with a copy to the engineer) fixing the date on which the contract time will commence to run and on which the contractor shall start to perform his obligation under the contract documents OWNER — The public body or authority, corporation, association, partnership, or individual with whom the contractor has entered into the agreement and for whom the work is to be provided RESIDENT PROJECT REPRESENTATIVE — The authorized representative of the engineer who is assigned to the project or any part thereof. SHOP DRAWINGS - All drawings, diagrams, illustrations, schedule and other data which are specifically prepared by the contractor a subcontractor, manufacturer, fabricator, supplier, or distributor to illustrate some portion of the work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a manufacturer, fabricator, supplier or distributor and submitted by the contractor to illustrate material or equipment for some portion of the work. SUBCONTRACTOR — An individual, firm or corporation having a direct contract with the contractor or with any other subcontractor for the performance of a part of the work at the site. SUBSTANTIAL COMPLETION — The date at which the work, or a specified part thereof, has progressed to the point where in the opinion of the engineer as evidenced by his definitive acknowledgment of substantial completion, it is sufficiently complete, in accordance with the contract documents, so that the work (or specified part) can be utilized for the purposes for which it was intended, of if there be no such acknowledgment issued, when final payment is due in accordance with section 14 13 the terms "substantially complete" and "substantially completed" as applied to any work refer to substantial completion thereof. WORK — The entire completed construction of the various separately identifiable parts thereof required to be furnished under the contract documents work is the result of performing services, furnishing labor, and furnishing and incorporating materials and equipment into the construction, all as required by the contract documents. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-2 7.2 CONTRACTOR QUALIFICATION Additional Contractor Prequalification Submittals: 1. Evidence of prequalification by Washington State Department of Transportation shall be accepted only for evidence of the Contractor's financial responsibility to perform the proposed work. All other evidence required in section 20-02 of the FAA General Conditions and the following supplemental submittal requirements for evaluation and determination for prequalification. a. The Contractor's organization chart. The chart shall show the Contractor's organization structure and outline the process of dissemination of decisions, information and communication for daily work. b. The Contractor's product quality control plan. The plan should identify quality control procedures and practices in place and frequency of performance. The plan shall identify personnel and their duties in implementing the plan. 7.3 PRELIMINARY MATTERS Delivery of Bonds and Insurance: 1. When the Contractor delivers the executed Agreements to the Owner the Contractor shall also deliver to the Owner such Bonds and Insurance as the Contractor may be required to furnish in accordance with Section 7.7. Copies of Documents. 2. The Owner shall furnish to the Contractor up to ten (10) copies as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction Commencement of Contract Time; Notice to Proceed: 3. In no event shall the Contract Time commence to run later than ten (10) days from Notice to Proceed. Voluntary Pre -Bid Conference: 4. Voluntary pre-bid site visits are encouraged. Requests for information and site visits shall be submitted through the Engineer at least seven (7) days prior to the bid opening. Starting the Project: 5. The Contractor shall start to perform the Work on the date when the Contract Time commences to run, but no Work shall be done at the site prior to the date on which the Contract Time commences to run unless otherwise authorized in writing by the Owner and/or Engineer Before Starting Construction: 6. Before undertaking each part of the Work, the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error, or discrepancy in the Drawings or Specifications, unless the Contractor had actual knowledge thereof of should reasonable have known thereof. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-3 7. Within ten (10) days after the effective date of the Agreement, unless otherwise specified, the CONTRACTOR shall submit to the Engineer for review and acceptance an estimated progress schedule indicating the starting and completion dates of the various stages of the Work, a preliminary schedule of Shop Drawing submissions, and a preliminary schedule of values of the Work. 8 Before any Work at the site is started, the Contractor shall deliver to the Owner with a copy to the Engineer, certificates and other evidence of insurance required by the Owner which the Contractor is required to purchase and maintain in accordance with Section 7 7 3, 7.7.4, and 7.7.6. Preconstruction Conference. 9 Within ten (10) days after the effective date of the Agreement, but before the Contractor starts the Work at the site, a conference will be held for review and acceptance of the schedules referred to in Section 3 4.6, to establish procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. Presentation of a detailed project schedule is required. All subcontractors shall be in attendance. Failure to comply with these requirements may dictate an additional preconstruction conference. 7.4 CONITRACT DOCUMENTS: INTENT AND REUSE Intent: 1 The Contract Documents comprise the entire Agreement between the Owner and the Contractor concerning the Work. They may be altered only be a Modification. 2. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. If, during the performance of the Work, the Contractor finds a conflict, error, or discrepancy in the Contract Documents, he shall report it to the Engineer in writing at once and before proceeding with the Work affected thereby; however, the Contractor shall not be liable to the Owner or the Engineer for failure to report any conflict, error, or discrepancy in the Specifications or Drawings unless the Contractor had actual knowledge thereof of should reasonably have known thereof. 3 It is the intent of the Specifications and Drawings to describe a complete project to be constructed in accordance with the Contract Documents. Any work that may reasonably be inferred from the Specifications or Drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for When words which have a well-known technical or trade meaning are used to described work, materials, or equipment such words shall be interpreted in accordance with such meaning. Reference to standard specifications, manuals, or codes of any technical society, organization of association, or to the code of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of opening of Bids except as may be otherwise specifically stated However, no provision of any referenced standard specification, manual, or code (whether or not specifically incorporated by reference in the Contract Documents) shall change the duties and responsibilities of the Owner, Contractor, or Engineer, or any of their agents or employees from those set forth in the Contract Documents. Clarifications and interpretations of the Contract Documents shall be issued by the Engineer as provided for in Section 7.11 3. 4 The Contract Documents will be governed by the law of the place of the Project. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-4 Reuse of Documents: 5 Neither the Contractor nor any Subcontractor, manufacturer, fabricator, supplier, or distributor shall have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents, or copies of any thereof, prepared by of bearing the seal of the Engineer; and they shall not reuse any of them on extensions of the Project or any other project without written consent of the Engineer and specific written verification or adaptation by the Engineer 7.6 AVAILABILITY OF LANDS: PHYSICAL CONDITIONS: REFERENCE POINTS Availability of Lands: 1. The Owner shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way for access thereto, and such other lands which are designated for the use of the Contractor Easement for permanent structures or permanent changes in existing facilities will be obtained and paid for by the Owner, unless otherwise provided in the Contract Documents. If the Contractor believes that any delay in the Owner's furnishing these lands of easements entitles him to an extension of the Contract Time, the Contractor may make a claim therefore as provided in Section 7.14. The Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions — Investigations and Reports: 2. Reference is made to the Owner's Supplemental General Conditions for identification of those reports of investigations and tests of subsurface and latent physical conditions at the site of otherwise affecting cost, progress, or performance of the Work which have been relied upon by the Engineer in preparation of the Drawings and Specifications. Such reports are not guaranteed as to accuracy or completeness and are not part of the Contract Documents. Unforeseen Physical Conditions: 3. The Contractor shall promptly notify the Owner and the Engineer in writing of any subsurface of latent physical conditions at the site or in an existing structure differing materially from those indicated or referred to in the Contract Documents. The Engineer will promptly review those conditions and advise the Owner in writing if further investigation or tests are necessary Promptly thereafter, the Owner shall obtain the necessary additional investigations and tests and furnish copies to the Engineer and Contractor. If the Engineer finds that the results of such investigations or tests indicate that there are subsurface or latent physical conditions which differ materially from those intended in the Contract Documents, and which could not reasonably have been anticipated by the Contractor, a Change Order shall be issued incorporating the necessary revisions. Reference Points: 4 The Engineer shall provide Engineering surveys for construction to establish reference points which in this judgment are necessary to enable the Contractor to proceed with the Work. The Contractor shall be responsible for laying out the Work; shall protect and preserve the established reference points; and shall make no changes or relocations without the prior written approval of the Engineer. The Contractor shall report to the Engineer whenever any reference point is lost or destroyed or required relocation because of necessary changes in grades or locations, and shall be responsible for replacement or relocation of such reference points by professionally qualified personnel. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-5 7.7 BONDS AND INSURANCE Performance and Payment Bonds. 1 The Contractor shall furnish Performance and Payment Bonds, each in an amount equal to the Contract Price as security for the faithful performance and payment of all the Contractor's obligations under the Contract Documents These Bonds shall remain in effect until one (1) year after the date of Substantial Completion, except as otherwise provided by law. All Bonds shall be in the forms prescribed by the bidding documents and be executes by such Sureties as (1) are licensed to conduct business in the state where the Project is located, and (2) are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff, Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. 2. If the Surety on any Bond furnished by the Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of clauses (1) and (2) of Section 7 7 1, the Contractor shall within five (5) days thereafter substitute another Bond and Surety, both of which shall be acceptable to the Owner CONTRACTOR's Liability Insurance: 3 The Contractor shall purchase and maintain such comprehensive general liability and other insurance as will provide protection from claims set forth below which may arise out of or result from the Contractor's performance of the Work and the Contractor's other obligations under the Contract Documents, whether such performance is by the Contractor, by any subcontractor, by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable a. Claims under workers' or workmen's compensation, disability benefits, and other similar employee benefit acts; b. Claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; c Claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees, d. Claims for damages insured by personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the Contractor, or (2) by any other person for any other reason, e Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; and f Claims for damages because of bodily injury or death of any person or property damage arising out of the Ownership, maintenance, or use of any motor vehicle. The insurance required by this Section 7.7.3 shall include the specific coverages and be written for not less than the limits of liability and coverages provided in the Information for Bidders, or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All such insurance shall contain a provision that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty (30) days' prior written notice has been given to the Owner and the Engineer All such insurance shall remain in effect until final payment and at all times thereafter when the Contractor may be G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-6 correcting, removing or replacing defective Work in accordance with Section 7 15 12. In addition, the Contractor shall maintain such completed operations insurance for at least one (1) year after final payment and furnish the Owner with evidence of continuation of such insurance at final acceptance and one year thereafter. Contractual Liability Insurance: 4 The comprehensive general liability insurance required by Section 7 7.3 will include contractual liability insurance applicable to the Contractor's obligations under Sections 7.8 31 and 7.8 32. OWNER's Liability Insurance. 5. The Owner shall be responsible for purchasing and maintaining his own liability insurance and, at his option, may purchase and maintain such insurance as will protect the Owner against claims which may arise from operations under the Contract Documents. Property Insurance: 6. The Contractor shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Applications for Payment. The policies of insurance required to be purchased and maintained by the Contractor in accordance with this section 7.7 6 shall contain a provision that the coverage afforded will not be canceled or materially changed until at least thirty (30) days' prior written notice has been given to the Owner and the Engineer 7. If the Owner requests in writing that other special insurance be included in the property insurance policy, the Contractor shall, if possible include such insurance, and the cost thereof shall be charged to the Owner by appropriate Change Order. Prior to commencement of the Work at the site, the Contractor will in writing advise the Owner whether or not such other insurance has been procured by the Contractor Waiver of Rights: 8. The Owner and Contractor waive all rights against each other and the Subcontractors and their agents and employees and against the Engineer and separate Contractor's (if any) and their subcontractor's agents and employees, for damages caused by fire or other perils to the extent covered by insurance provided under Section 7 7 6 of any other property insurance applicable to the Work, except such rights as they may have to the proceeds of such insurance held by the Owner as trustee Receipt and Application of Proceeds: 9. Any insured Toss under the policies of insurance required by Section 7 7 6 shall be adjusted with the Owner and made payable to the Owner as trustee for the insured, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Section 7 7 10 The Owner shall deposit in a separate account any money so received, and he shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order 10. The Owner as trustee shall have the power to adjust and settle any loss with the insurers unless one of the parties in interest objects to the Owner's exercise of this power in writing within fifteen (15) days after the occurrence of Toss. If such an objection is made, the Owner as trustee shall make settlement with the insurers in accordance with such agreement as the parties in interest G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-7 may reach. If required in writing by any party in interest, the Owner as trustee shall upon the occurrence of an insured loss, give bond for the proper performance of his duties. Acceptance of Insurance. 11. 11 the Owner has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained in accordance with Sections 7 7.3 and 7 7.4 on the basis of its not complying with the Contract Documents, the Owner will notify the Contractor in writing thereof within thirty (30) days of the date of delivery of such certificates to the Owner in accordance with Section 7.4 8. The Contractor will provide to the Owner such additional information in respect of insurance provided by him as the Owner may reasonably request. Failure by the Owner to give any such notice of objection within the line provided shall constitute acceptance of such insurance purchased by the Contractor as complying with the Contract Documents. Partial Utilization — Property Insurance: 12. If the Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with Section 3.16.10; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. 7.8 CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence. 1 The Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. The Contractor shall be solely responsible for the rneans, methods, techniques, sequences and procedures of construction, but the Contractor shall riot be solely responsible for the negligence of others in the design or selection of a specific rneans, method, technique, sequence, or procedure of construction which is indicated in and required by the Contract Documents. The Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. 2. The Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to the Owner and the Engineer except under extraordinary circumstances The superintendent will be the Contractor's representative at the site and shall have authority to act on behalf of the Contractor All communications given to the superintendent shall be as binding as if given to the Contractor. 3. The Contractor's resident superintendent shall at all times when on the project be carrying a cellular phone that is charged, turned on and able to be contacted by the Engineer. The Contractor shall provide the telephone number to the Engineer at the Preconstruction Conference. Labor, Materials and Equipment: 4. The Contractor shall provide competent, suitably qualified personnel to lay out the Work and perform construction as required by the Contract Documents The Contractor shall at all times maintain good discipline and order at the site. Except in connection with the safety of protection G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-8 of persons or the Work or property at the site or adjacent thereto, all Work at the site shall be performed during regular working hours, and the Contractor will not permit the performance of Work on Saturday or Sunday or any legal holiday without the Owner's written consent given after prior written notice to the Engineer. 5. The Contractor shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, Tight, heat, telephone, water and sanitary facilities, and all other facilities and incidentals necessary for the execution, testing, initial operations and completion of the Work. 6. All materials and equipment shall be as specified in the Contract Documents. The Contractor shall furnish satisfactory evidence, reports of required tests, as to the kind and quality of materials and equipment. All information shall be furnished using the supplied submittal form. 7. All materials and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the instruction of the applicable manufacturer, fabricator, supplier or distributor, except as otherwise provided in the Contract Documents Equivalent Materials and Equipment: 8 Whenever materials or equipment are specified or described in the Drawings or Specifications by using the name of a proprietary item or the name of a particular manufacturer, fabricator, supplier or distributor, the naming of the item is intended to establish the type, function, and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other manufacturers, fabricators, suppliers, or distributors may be accepted by the Engineer if sufficient information is submitted by the Contractor to allow the Engineer to determine that the material or equipment proposed is equivalent to the named. The procedure for review by the Engineer will be as set forth in Section 7.8 8.1 and 7 8.8.2. 8.1 Requests for review of substitute items of material and equipment will not be accepted by the Engineer from anyone other than the Contractor. If the Contractor wishes to furnish or use a substitute item or material or equipment the Contractor shall make written application to the Engineer for acceptance thereof, certifying that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to the specified and be suited to the same use and capable of performing the same function as that specified. The application will state whether or not acceptance of the substitute for use in the Work will require a change in the Drawings of Specifications adapting the design to the substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to the payment of any license fee or royalty. All variations of the proposed substitute from that specified shall be identified in the application and available maintenance, repair, and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of the resulting change, all of which shall be considered by the Engineer in evaluating the proposed substitute. The Engineer may require the Contractor to furnish at the Contractor's expense additional data about the proposed substitute. The Engineer will make the final decision of acceptability, and no substitute will be ordered or installed without the Engineer's prior written acceptance. The Owner may require the Contractor to furnish at the Contractor's expense a special performance guarantee or other surety with respect to any substitute 8.2 The Engineer will record time required by the Engineer and the Engineer's consultants in evaluating substitutions proposed by the Contractor and in making changes in the Drawings or Specifications occasioned thereby Whether or not the Engineer accepts a proposed substitute, the Contractor shall reimburse the Owner for the charges of the Engineer and the Engineer's consultants for evaluating any proposed substitute G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-9 Concerning Subcontractors. 9. The Contractor shall not employ any Subcontractor or other person or organization (including those who are to furnish the principal items of materials or equipment), whether initially or as a substitute, against whom the Owner or the Engineer may have reasonable objection. A subcontractor or other person or organization identified in writing to the Owner and the Engineer by the Contractor prior to the Notice of Award, and not objected to in writing by the Owner or the Engineer to the Notice of Award will be deemed acceptable to the Owner and the Engineer. Acceptance of any Subcontractor, other person or organization by the Owner or the Engineer shall not constitute a waiver of any right of the Owner or the Engineer to reject defective Work. If the Owner or the Engineer after due investigation has reasonable objection to any Subcontractor, other person or organization by the Contractor after the notice of award, the Contractor shall submit an acceptable substitute and the Contract Price shall be increased or decreased by the difference in cost occasioned by such substitution, and an appropriate Change Order shall be issued. The Contractor shall not be required to employ and Subcontractor, other person or organization against whom the Contractor has reasonable objection. 10. The Contractor shall be fully responsible for all acts and omissions of his Subcontractors and of persons and organizations for whose acts any of them may be liable to the same extent that the Contractor is responsible for the acts and omission of persons directly employed by the Contractor. Nothing in the Contract Documents shall create any contractual relationship between the Owner with the Contractor, nor shall it create any obligation on the part of the Owner or the Engineer to pay or to see to the payment of any moneys due any Subcontractor or other person or organization, except as may otherwise be required by law. The Owner or Engineer may furnish to any Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to the Contractor on account of specific Work done. 11. The sections of the Specifications and the identifications of any Drawings shall not control the Contractor in dividing the Work among Subcontractors or delineating the Work to be performed by any specific trade 12. All Work performed for the Contractor by a Subcontractor will be pursuant to an appropriate agreement between the Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of the Owner and the Engineer and contains waiver provisions as required by Section 7 7 8. The Contractor shall pay each Subcontractor a just share of any insurance moneys received by the Contractor on account of losses under policies issued pursuant to Section 7 7 6 Patent Fees and Royalties. 13. The Contractor shall pay all license fees and royalties and assume all costs incidental to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract documents for use in the performance of the Work and if to the actual knowledge of the Owner or the Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by the Owner in the Contract Documents. The Contractor shall indemnify and hold harmless the Owner and Engineer and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attorneys' fees) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-10 Permits. 14. Unless otherwise provided in the Supplemental General Conditions, the Contractor shall obtain and pay for all construction and building permits and licenses. The Owner may assist the Contractor, when necessary, in obtaining such permits and licenses. The Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids. The Contractor shall pay all the charges of utility service companies for connections to the Work, and the Owner shall pay all charges of such companies for capital costs related thereto Laws and Regulations: 15. The Contractor shall give all notices and comply with all laws, ordinances, rules, and regulations applicable to the Work. If the Contractor observes that the Specifications or Drawings are at variance therewith, the Contractor shall give the Engineer prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate Modification If the Contractor performs any Work knowing or having reason to know that it is contrary to such laws, ordinances, rules and regulations, and without such notice to the Engineer, the Contractor shall bear all costs arising therefrom; however, it shall not be the Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with such laws, ordinances, rules and regulations. Taxes: 16. The Contractor shall pay all sales, consumer, use and other similar taxes required to be paid by him in accordance with the law of the place of the Project. Use of Premises. 17 The Contractorshall confine construction equipment, the storage of materials and equipment and the operations of workmen to areas permitted by law, ordinances, easements, permits or the requirements of the Contract Documents, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. 18 During the progress of the Work, the Contractor shall keep the premise free from accumulations of waste materials, rubbish, and other debris resulting from the Work. At the completion of the Work the Contractor shall remove all waste materials, rubbish, and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by the Owner. The Contractor shall restore to their original condition those portions of the site not designated for alteration by the Contract Documents. 19. The Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, not shall the Contractor subject any part of the Work of adjacent property to stresses or pressures that will endanger it. Record Documents: 20. The Contractor shall keep one (1) record copy of all Specifications, Drawings, Addenda, Modifications, Shop Drawings, and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be available to the ENGINEER for examination and shall be delivered to the Engineer upon completion of the Work and prior to Final Acceptance of the project by the Owner. Safety and Protection: G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-11 21. The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. The Contractor shall submit their company's Safety Plan/Program. All subcontractors regardless of tier shall be required to be a signatory and work under the Contractor's Safety Plan/Program. The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: a. All employees on the Work and other persons who may affected thereby; b. All the Work and all materials or equipment to be incorporated therein, whether in storage on or off the site; and c. Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation or replacement in the course of construction The Contractor shall comply with all applicable laws, ordinances, rules, regulations, and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection The Contractor shall notify owners of adjacent property and utilities when prosecution of the Work may affect them. All damage, injury, or loss to any property referred to in paragraph "a" or "b" above caused, directly or indirectly, in whole or in part, by the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by the Contractor, (except damage or loss attributable to the fault of the Drawings or Specifications or to the acts or omissions of the Owner or Engineer or any employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the Contractor). The Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and the Engineer has issued a notice to the Owner and the Contractor in accordance with Section with 3 16.13 that the work is acceptable. 22. The Contractor shall designate a responsible member of his organization at the site whose duties shall be the prevention of accidents along with implementing and maintain safety requirements on the Project. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Owner Emergencies. 23 In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the Engineer or Owner, is obligated to act to prevent threatened damage, injury, or loss. The Contractor shall give the Engineer prompt written notice of any significant changes in the Work or deviations from the Contract Documents caused thereby. Shop Drawings and Samples: 24 After checking and verifying all field measurements, the Contractor shall submit to the Engineer for review in accordance with the accepted schedule of Shop Drawing submission (see Section 7.4.8), five (5) copies of all Shop Drawings, which shall have been checked by and stamped with the approval of the Contractor and identified as the Engineer may require. The data shown on the Shop Drawings shall be complete with respect to dimensions, design criteria, materials of construction, and like information to enable the Engineer to review the information as required 25 The Contractor shall also submit to the Engineer for review with such promptness as to cause no delay in the Work, all samples required by the Contract Documents. All samples shall have been G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-12 checked by, and stamped with the approval of the Contractor, identified clearly as to material, manufacturer, any pertinent catalog numbers, and the use for which intended 26 At the time of each submission, the Contractor shall, in writing, call the Engineer's attention to any deviations that the Shop Drawings or samples may have from the requirements of the Contract Documents. 27. The Engineer will review with reasonable promptness the Shop Drawings and samples, but the Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, sequences, techniques, or procedures of construction or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate approval of the Engineer and shall return the required number of corrected copies of Shop Drawings and resubmit new samples for review. The Contractor shall direct specific attention in writing to revisions other than the corrections called for by the Engineer on previous submittals. The Contractor's stamp of approval on any Shop Drawing or sample shall constitute a representation to the Owner and the Engineer that the Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data or assumes full responsibility for doing so, and that the Contractor has reviewed or coordinated each Shop Drawing or sample with the requirements of the Work and the Contract Documents 28 Where a Shop Drawing or sample is required by the Specifications, no related Work shall be commenced until the submittal has been reviewed by the Engineer 29. The Engineer's review of Shop Drawings or samples shall not relieve the Contractor from responsibility for any deviations from the Contract Documents unless the Contractor has in writing called the Engineer's attention to such deviation at the time of submission and the Engineer has given written concurrence to the specific deviation, nor shall any concurrence by the Engineer relieve the Contractor from responsibility for errors or omissions in the Shop Drawings Continuing the Work: 30. The Contractor shall carry on the Work and maintain the progress schedule during all disputes or disagreements with the Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the Contractor and Owner may otherwise agree in writing. Indemnification: 31. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner and Engineer and their agents and employees from and against all claims, damages, losses and expenses including but not limited to attorney's fees arising out of or resulting from the performance of the Work, provided that any such claims, damage, Toss, or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder 32. In any and all claims against the Owner or Engineer or any of their agents or employees by any employee of the Contractor, and Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under Section 7 8 31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any Subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-13 33. The obligations of the Contractor under Section 7 8 31 shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications. 7.9 WORK BY OTHERS 1 The Owner may perform additional work related to the Project by himself, or have additional work performed by utility service companies, or let other direct contracts therefore which shall contain General Conditions similar to these. The Contractor shall afford the utility service companies and the other Contractors who are parties to such direct contracts (or the Owner, if the Owner is performing the additional work with the Owner's employees) reasonable opportunity for the introduction, storage of materials, equipment and the execution of work, and shall properly connect and coordinate his Work with theirs. 2 If any part of the Contractor's Work depends on proper execution or results upon the work of any such other Contractor or utility service company (or the Owner), the Contractor shall inspect and promptly report to the Engineer in writing any patent or apparent defects or deficiencies in such work that render it unsuitable for such proper execution and results. The Contractor's failure to so report, shall constitute an acceptance of the other work as fit and proper for integration with the Contractor's Work except for latent or non -apparent defects and deficiencies in the other work. 3 The Contractor shall do all cutting, fitting, and patching of his Work that may be required to make its several parts come together properly and integrate with such other work. The Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Engineer and the others whose work will be affected 4 If the performance of additional work by other Contractor's or utility service companies or the Owner was not noted in the Contract Documents, written notice thereof shall be given to the Contractor prior to starting any such additional work. If the Contractor believes that the performance of such additional work by the Owner or others involves additional expense to the Contractor or requires an extension of the Contract Time, the Contractor may make a claim therefore as provided in Section 7 13 and 7 14. 7.10 OWNER'S RESPONSIBILITIES 1 The Owner shall issue all communications to the Contractor through the Engineer. 2 In case of termination of the employment of the Engineer, the Owner shall appoint an Engineer against whom the Contractor makes no reasonable objection, and whose status under the Contract Documents shall be that of the former Engineer Any dispute in connection with such appointment shall be subject to arbitration. 3. The Owner shall furnish the data required of the Owner under the Contract Documents promptly and shall make payments to the Contractor promptly after they are due as provided in Sections 7 16.4 and 7.16.13. 4 The Owner's and Engineer's duties in respect of providing lands and easements and providing Engineering surveys to establish reference points are set forth in Sections 3.6 1 and 7.6.4 respectively. Section 7 6.2 refers to the Owner's identifying and making available to the Contractor copies of reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting performance of the Work which have been relied upon by the Engineer in preparing the Drawings and Specifications. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-14 1 1 1 1 1 r 1 1 1 1 f 1 5 The Owner's responsibilities in respect to purchasing and maintain liability insurance is set forth in Section 7 7.5 6 In connection with the Owner's rights to request changes in the Work in accordance with Section 7 12, the Owner, especially in certain instances as provided in Section 7 12 4, is obligated to execute Change Orders. 7. The Owner's responsibility in respect to certain inspections, tests, and approvals is set forth in Section 7.15.4 8. In connection with the Owner's right to stop Work or suspend Work, see Sections 7.15 10 and 7.17 1. Section 7.17.2 deals with the Owner's right to terminate services of the Contractor under certain circumstances. 7.11 ENGINEER'S STATUS DURING CONSTRUCTION OWNER's Representative. 1. The Engineer will be the Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of the Engineer as the Owner's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of the Owner and Engineer. Visit to Site. 2. The Engineer will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Engineer's efforts will be directed toward providing for the Owner a greater degree of confidence that the completed Work will conform to the Contract Documents On the basis of such visits and on-site observation as an experienced and qualified design professional, the Engineer will keep the Owner informed of the progress of the Work and will endeavor to guard the Owner against defects and deficiencies in the Work. Clarifications and Interpretations: 3 The Engineer will issue with reasonable promptness such written clarifications or interpretations of the Contract Documents (in the form of Drawings of otherwise) as the Engineer may determine necessary, which shall be consistent with or reasonable inferable from the overall intent of the Contract Documents. If the Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or Contract Time, the Contractor may make a claim therefore as provided in Section 7.13 or Section 7 14. All request for information (RFI) shall be submitted on the supplied RFI form. Unacceptable Work: 4. The Engineer shall have the authority to declare Work either acceptable or unacceptable, and shall also have authority to require special inspection or testing of the Work as provided in Section 7.15 9, whether or not the Work is fabricated, installed, or completed. Shop Drawings, Change Orders and Payments. 5. In connection with the Engineer's responsibility for Shop Drawings and samples, see Sections 7.8.24 through 7.8.29 inclusive. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-15 6. In connection with the Engineer's responsibilities as to Change Orders, see Sections 7.12, 7.13, and 7.14 7. In connection with the Engineer's responsibilities in respect of Applications for Payment, etc., see Section 7.16. Project Representation: 8. The Engineer will furnish Resident Project Representatives to assist the Engineer in observing the performance of the Work. Decisions on Disagreements. 9 The Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes, and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the execution and progress of the Work shall be referred initially to the Engineer in writing with a request for a formal decision in accordance with this paragraph, which the Engineer will render in writing within a reasonable time Written notice of each such claim, dispute and other matter shall be delivered by the claimant to the Engineer and the other party to the Agreement within fifteen (15) days of the occurrence of the event giving rise thereto, and written supporting data will be submitted to the Engineer and the other party within forty-five (45) days of such occurrence unless the Engineer allows and additional period of time to ascertain more accurate data. In his capacity as interpreter and judge the Engineer will not show partiality to the Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity 10 The rendering of a decision by the Engineer pursuant to Section 3 11.9 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in Section 3.16.16) will be a condition precedent to any exercise by the Owner or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or at law in respect of any such claims, dispute or other matter. Limitations on Engineer's Responsibilities. 11. Neither the Engineer's authority to act under this Section 7 11 or elsewhere in the Contract Documents nor any decision made by the Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of the Engineer to the Contractor, and Subcontractor, manufacturer, fabricator, supplier, or distributor, or any of their agents or employees or any other person performing any of the Work. 12 Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfactory" or adjectives of like effect or import are used, to describe requirements, direction, review or judgment of the Engineer as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise) The use of any such term or adjective never indicates that the Engineer shall have authority to supervise or direct performance of the Work or authority to undertake responsibility contrary to the provisions of Section 7.11.13 or 7.11.14. 13 The Engineer will not be responsible for the Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precautions and programs incident thereto, and the Engineer will not be responsible for the Contractor's failure to perform the Work in accordance with the Contract Documents. G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-16 1 1 1 t 1 14. The Engineer will not be responsible for the acts or omissions of the Contractor or Subcontractor, or any other persons at the site or otherwise performing and of the Work. 7.12 CHANGES IN THE WORK 1. Without invalidating the Agreement, the Owner may, at anytime or from time to time, order additions, deletions or revisions in the Work; these will be authorized by Change Orders. Upon receipt of a Change Order, the Contractor shall proceed with the Work involved. All such Work shall be executed under the applicable conditions of the Contract Documents. If any Change Order causes an increase or decrease in the Contract Price or an extension or shortening of the Contract Time, an equitable adjustment will be made as provided in Section 7 13 or Section 7.14 on the basis of a claim made by either party 2. The Engineer may authorize minor changes in the Work no involving an adjustment in the Contract Price or the Contract Time, which are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order, and shall be binding on the Owner, and also on the Contractor who shall perform the change promptly. If the Contractor believes that a Field Order justifies an increase in the Contract Price or Contract Time, the Contractor may make a claim therefore as provided in Section 7.13 or Section 7.14 3. Additional Work performed without authorization of a Change Order will not entitle the Contractor to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in Section 7 8.23 and except as provided in Sections 7.12.2 and 7.15 9 4 The Owner shall execute appropriate Change Orders prepared by the Engineer covering changes in the Work which are required by the Owner, or required because of unforeseen physical conditions or emergencies, or because of uncovering Work found not to be defective, or as provided in Sections 7.13 9 or 7 13.10, or because of any other claim of the Contractor for a change in the Contract Time or the Contract Price which is recommended by the Engineer. 5. If notice of any change affecting the general scope of the Work or change in the Contract Price is required by the provisions of any Bond to be given to the Surety, it will be the Contractor's responsibility to so notify the Surety, and the amount of each applicable Bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the Owner. 7.13 CHANGE OF CONTRACT PRICE 1. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to the Contractor for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price 2 The Contract Price may only be changed by a Change Order Any claim for an increase in the Contract Price shall be based on written notice delivered to the Owner and Engineer within fifteen (15) days of the occurrence of the event giving rise to the claim. Notice of the amount of claim with supporting data shall be delivered with the claim unless the Engineer allows an additional period of time to ascertain accurate cost data. All claims for adjustment in the Contract Price shall be determined by the Engineer if the Owner and Contractor cannot otherwise agree on the amount involved. Any change in the Contract Price resulting from any such claims shall be incorporated in a Change Order. Claims with wording such as "Cost at this time cannot be identified" or "reserving the right to assess costs at a later date" shall be accepted. 3. The value of any Work covered by a Change Order or of any claims for an increase or decrease in the Contract Price shall be determined in one of the following ways: G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-17 a. Where the Work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items involved, subject to the provisions of Section 7 11.9. b By mutual acceptance of a lump sum. c. On the basis of the Cost of the Work (determined as provided in Section 7.13 4 and 7.13.5) plus a Contractor's Fee for overhead and profit (determined as provided in Section 7.13.6). Cost of the Work: 4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by the Contractor in the proper performance of the Work. Except as otherwise may be agreed to in writing by the Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Section 7.13.5. a. Payroll costs for employees in the direct employ of. the Contractor in the performance of the Work under schedules of job classifications agreed upon by the Owner and Contract. Payroll costs for employees not employed full time on the Work shall be apportioned on the bases on their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, worker's or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and supervisors at the site. The expenses of performing Work after regular working hours, on Saturday or Sunday or legal holidays shall be included in the above to the extent authorized by the Owner b. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and manufactures' field services required in connection therewith. All cash discounts shall accrue to the Contractor unless the Owner deposits funds with the Contractor with which to make payments, in which case the cash discounts shall accrue to the Owner. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to the Owner and the Contractor shall make provisions so that they may be obtained. c. Payments shall be made by the Contractor to the Subcontractors for Work performed by Subcontractors. If required by the Owner, the Contractor shall obtain competitive bids from Subcontractors acceptable to the Contractor and shall deliver such bids to the Owner who will then determine, with the advice of the Engineer, which bids will be accepted If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as the Contractor's Cost of Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. d Costs of special consultants including, but not limited to, Engineers, architects, testing laboratories, surveyors, lawyers, and accounts employed for services specifically related to the Work. e Supplemental costs including the following i. The proportion of necessary transportation, travel, and subsistence expense of the Contractor's employees incurred in discharge of duties connected with the Work. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-18 ii Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of the Contractor. iii Rentals of all construction equipment and machinery and the parts thereof whether rented from the Contractor or others in accordance with rental agreements approved by the Owner with the advice of the Engineer, and the costs of transportation. Loading, unloading, installation, dismantling and removal thereof — all in accordance with terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. iv. Sales, use of similar taxes related to the Work, and for which the Contractor is liable, imposed by any governmental authority v Deposits lost for causes other than the Contractor's negligence, royalty payments, and fees for permits and licenses. vi. Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by the Contractor in connection with the execution of the Work provided they have resulted from causes other than the negligence of the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of the Owner. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining the Contractor's Fee. If, however, any such loss or damage required reconstruction and the Contractor is placed in charge thereof, the Contractor shall be paid for services a fee proportionate to that stated in Section 7.13 6 2. vii. The cost of utilities, fuel, and sanitary facilities at the site viii Minor expense such as telegrams, long distance telephone calls, telephone service at the site, expressage, and similar petty cash items in connection with the Work. ix. Cost of premiums for additional Bonds and insurance required because of changes in the Work. 5 The term Cost of the Work shall not include any of the following: a. Payroll costs and other compensation of the Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, Engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by the Contractor whether at the site or in his principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph "a" under Section 7.13.4, all of which are to be considered administrative costs covered by the Contractor's Fee. b. Expenses of the Contractor's principal and branch offices other than the Contractor's office at the site G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-19 c. Any part of the Contractor's capital expenses, including interest on the Contractor's capital expenses, including interest on the Contractor's capital employed for the Work and charges against the Contractor for delinquent payments. d. Cost of premiums for all Bonds and for all insurance whether or not the Contractor is required by the Contract Documents to purchase and maintain the same (except for additional Bonds and insurance required because of changes in the Work). e Costs due to the negligence of the Contractor, and Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. f Other overhead of general expense costs of any kind and the costs of any item not specifically and expressly included in Section 3 13.4. Contractor's Fee: 6 The Contractor's Fee allowed to the Contractor for overhead and profit shall be determined as follows. a. A mutually acceptable fixed fee; or if none can be agreed upon b A fee based on the following percentages of the various portions of the Cost of the Work: i. For costs incurred under Sections 7 13.4 paragraph "a" and 7.13.4 paragraph "b", the Contractor's Fee shall be fifteen percent (15%) ii. For costs incurred under Section 7.13 4 paragraph "c", the Contractor's Fee shall be five percent (5%), and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable the Subcontractor as a fee for overhead and profit shall be ten percent (10%), and iii. No fee shall be payable on the basis of costs itemized under Section 7.13.4 paragraph "d", 7.13.4 paragraph "e" and 7 13 5. 7 The amount of credit to be allowed by the Contractor to the Owner for any such change which results in a net decrease in costs will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any Adjustment of Unit Prices. 8 Whenever the cost of any Work is to be determined pursuant to Section 7.13.4 and 7 13.5, the Contractor will submit in a form acceptable to the Engineer an itemized cost breakdown together with supporting data. 9. Where the quantity of Work with respect to any item that is covered by a unit price differs materially and significantly from the quantity of such Work indicated in the Contract Documents, an appropriate Change Order shall be issued on recommendation of the Engineer to adjust the unit price. The limits of those items that are eligible for price adjustments are as specified in the SCOPE OF WORK of Section 40 Paragraph 40-02 of the FAA GENERAL CONDITIONS. G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-20 Cash Allowance: 10. It is understood that the Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors, manufacturers, fabricators, suppliers or distributors and for such sums within the limit of the allowances as many be acceptable to the Engineer. Upon final payment, the Contract Price shall be adjusted as required and in appropriate Change Order issues The Contractor agrees that the original Contract Price includes such sums as the Contractor deems proper for costs and profit on account of cash allowances. No demand for additional cost or profit in connection therewith will be valid. 7.14 CHANGE OF THE CONTRACT TIME 1 The Contract Time may only be changed by a Change Order Any claim for an extension on the Contract Time shall be based on written notice delivered to the Owner and Engineer within fifteen (15) days of the occurrence of the event giving rise to the claims. Notice of the extent of the claim with supporting data shall be delivered with the claim unless the Engineer allows an additional period of time to ascertain more accurate data. All claims for adjustment in the Contract Time shall be determined by the Engineer if the Owner and Contractor cannot otherwise agree Any change in the Contract Time resulting from any such claim shall be incorporated in a Change Order Claims with wording such as "impact to the Schedule cannot be identified at this time" or "reserving the right to assess schedule impacts at a later date" shall not be accepted. 2. The Contract Time will be extended in an amount equal to time lost due to delays beyond the control of the Contractor if a claim is made therefore as provided in Section 7.14.1 Such delays shall include, but not be limited to, acts or neglect by the OWNER or others performing additional Work as contemplated by Section 7.9, or to fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God. 3 All time limits stated in the Contract Documents are of essence to the Agreement. The provisions of this Section 7.14 shall not exclude recovery for damages (including compensation for additional professional services) for delay by either party 7.15 WARRANTY AND GUARANTEE: TESTS AND INSPECTIONS: CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: 1. The Contractor warrants and guarantees to the Owner and Engineer that all Work will be in accordance with the Contract Documents and will not be defective for one (1) year after the date of project acceptance by the Owner. Prompt notice of all defects shall be given to the Contractor. All defective Work, whether or not in place, may be rejected, corrected, or accepted as provided in this Section 7.15. Access to Work: 2 The Engineer and Engineer's representatives, other representatives of the Owner, testing agencies, and governmental agencies with jurisdictional interest will have access to the Work at reasonable time for their observation, inspection, and testing. The Contractor shall provide proper and safe conditions for such access. Test and Inspections: 3. The Contractor shall give the Engineer timely notice of readiness of the Work for all required inspections, tests or approvals G.\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-21 4 If any law, ordinance, rules, regulations, code, or order of any public body having jurisdiction requires any Work (or part thereof) to specifically be inspected, tested or approved, the Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish the Engineer the required certificates of inspection, testing or approval. The CONTRACTOR shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with the Owner's or Engineer's acceptance of a manufacturer, fabricator, supplier or distributor of materials or equipment submitted for approval prior to the Contractor's purchase thereof for incorporation in the Work. The cost of all other inspections, tests and approvals required by the Contract Documents shall be paid by the Owner unless otherwise specified 5 All inspections, tests or approvals other than those required by law, ordinance, rule, regulation, code, or order of any public body having jurisdiction shall be performed by organizations acceptable to the Owner and Contractor, or by the Engineer if so specified. 6. If any Work that is to be inspected, tested or approved is covered without written concurrence of the Engineer, if must, if requested by the Engineer, be uncovered for observations. Such uncovering shall be at the Contractor's expense unless the Contractor has given the Engineer timely notice of the Contractor's intention to cover such Work and the Engineer has not acted with reasonable promptness in response to such notice. 7. Neither observations by the Engineer nor inspections, tests or approvals by others shall relieve the Contractor from his obligations to perform the Work in accordance with the Contract Documents. Uncovering Work: 8 If any work is covered contrary to the written request of the Engineer, it must, if requested by the Engineer, be uncovered for the Engineer's observation and replaced at the Contractor's expense 9. If the Engineer considers it necessary or advisable that covered Work be observed by the Engineer or inspected or tested by others, the Contractor, at the Engineer's request, shall uncover, expose or otherwise make available for observation, inspection, or testing as the Engineer may require, that portion of the Work in question, furnishing all necessary labor, rnaterial and equipment. If it is found that such Work is defective, the Contractor shall bear all rnaterial and equipment. If it is found that such Work is defective, the Contractor shall bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, including compensation to the OWNER for additional professional services, and an appropriate deductive Change Order shall be issued. If, however, such Work is not found to be defective, the CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection testing and reconstruction if he makes a claim therefore as provided in Section 7.13 and 7,14. OWNER May Stop the Work: 10. If the Work is defective, the Contractor fails to supply sufficient skilled workmen, suitable rnaterials, or equipment, the Owner may order the Contractor to stop 'the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the OWNER to stop the Work shall not give rise to any duty on the part of the Owner to exercise this right for the benefit of the Contractor or any other party Correction or Removal of Defective Work: 11. If required by the Engineer, the Contractor shall promptly, without cost to the Owner and as specified by the Engineer, either correct any defective Work, whether or not fabricated, installed, G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-22 1 1 1 1 1 1 1 1 1 or completed, or, if the Work has been rejected by the Engineer, remove it from the site and replace it with non -defective Work. One Year Correction Period. 12. If within one (1) year after the date of Acceptance by Owner or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, the Contractor shall promptly, without cost to the Owner and in accordance with the Owner's written instructions, either correct such defective Work, or if it has been rejected by the Owner, remove it from the site and replace it with non -defective Work. If the Contractor does not promptly comply with the terms of such instruction, or in an emergency where delay would cause serious risk of loss or damage, the Owner may have the defective Work corrected or the rejected Work removed and replaced, and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, shall be paid by the Contractor. Acceptance of Defective Work: 13. If, instead of requiring correction or removal and replacement of defective Work, the Owner (and, prior to Engineer's recommendation of final payment, also the Engineer) prefers to accept it, the Owner may do so. In such case, if acceptance occurs prior to the Engineer's recommendation of final payment, a Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including appropriate reduction in the Contract Price. If the acceptance occurs after such recommendation, an appropriate amount shall be paid by the Contractor to the Owner. Owner May Correct Defective Work: 14. If the Contractor fails within a reasonable time after written notice of the Engineer to proceed to correct defective Work or to remove and replace rejected Work as required by the Engineer in accordance with Section 7 15.11, or if the Contractor fails to perform the Work in accordance with the Contract Documents (including any requirements of the progress schedule), the Owner may, after seven (7) days of the Engineer's written notice to the Contractor, correct and remedy any such deficiency. In exercising his rights under this paragraph the Owner shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, the Owner may exclude the Contractor from all or part of the site; take possession of all or part of the Work; suspend the Contractor's services related thereto; take possession of the Contractor's tools, appliances, construction equipment, and machinery at the site, and incorporate in the Work all materials and equipment stored at the site for which the Owner has paid the Contractor but which are stored elsewhere The Contractor shall allow the Owner, Owner's representatives, agents, and employees such access to the site as may be necessary to enable the Owner to exercise his rights under this paragraph. All direct and indirect costs of the Owner in exercising such rights shall be charged against the Contractor in an amount verified by the Engineer, and a Change Order shall be issued incorporating the necessary revisions in the Contract Documents and a reduction in the Contract Price. Such direct and indirect costs shall include, in particular but without limitation, compensation for additional professional services required and all costs or repair and replacement of work of others destroyed or damaged by correction, removal or replacement of the Contractor's defective Work. The Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by the Owner and the Owner's rights hereunder. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-23 7.16 PAYMENTS TO CONTRACTOR AND COMPLETION Schedules. 1 At least ten (10) days prior to submitting the first Application for a progress payment, the Contractor shall submit to the Engineer a progress schedule, a final schedule of Shop Drawing submission and where applicable a schedule of values of the Work. These schedules shall be satisfactory in form and substance to the Engineer. The schedule of values shall include quantities and unit prices aggregating the Contract Price, and shall subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Upon acceptance of the schedule of values by the Engineer, it shall be incorporated into a form of Application for Payment acceptable to the Engineer. Application for Progress Payment: 2 At least ten (10) days before each progress payment falls due, but not more often than once a month, the Contractor shall submit to the Engineer for review an Application for Payment filled out and signed by the Contractor covering the Work completed as the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents and also as the Engineer may reasonably require. If payment is requested on the basis off materials and equipment not incorporated in the Work but delivered and suitable stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by such data, satisfactory to the Owner, as will establish the Owner's title to the material and equipment and protect the Owner's interest therein, including applicable insurance Each subsequent Application for Payment shall include an affidavit of the Contractor stating that all previous progress payments received on account of the Work have been applied to discharge in full all the Contractor's obligations reflected in prior Applications for Payment. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 3 The Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to the Owner at the time of payment free and clean of all liens, claims, security interests, and encumbrances, hereafter in these General Conditions referred to as "Liens." Review of Applications for Progress Payment: 4 The Engineer will, within ten (10) days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to the Owner, or return the Application to the Contractor indicating in writing the Engineer's reasons for refusing to recommend payment. In the latter case, the Contractor may make the necessary corrections and resubmit the Application The Owner shall, within thirty (45) days of presentation to him of the Application for Payment with the Engineer's recommendation pay the Contractor the amount recommended. 5. The Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by the Engineer to the Owner, based on the Engineer's on-site observations of the Work in progress as an experienced and qualified design professional and on the Engineer's review of the Application for payment and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of the Engineer's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents subject to an evaluation of the Work as a functioning Project upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents subject to an evaluation of the Work as a functioning Project upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents and any qualifications stated in the recommendation, G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-24 t 1 A w 1 1 t 1 I 1 1 l and that the Contractor is entitled to payment of the amount recommended. However, by recommending any such payment the Engineer will not thereby be deemed to have represented that exhaustive or continuous onsite inspections have been made to check the quality or the quantity of the Work, or that the means, methods, techniques, sequences, and procedures of construction have been reviewed or that any examination has been made to ascertain how or for what purpose the Contractor has used the money paid or to be paid to the Contractor on account of the Contract Price, or that title to any Work, materials or equipment has passed to the Owner free and clear of any liens. 6. The Engineer's recommendation of final payment will constitute an additional representation by the Engineer to the Owner that the conditions precedent to the Contractor's being entitled to final payment as set forth in Section 7 14.13 have been fulfilled 7. The Engineer may refuse to recommend the whole or any part of any payment if, in his opinion, it would be incorrect to make such representations to the Owner He may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended to such extent as may be necessary in the Engineer's opinion to protect the Owner from loss because: a. The Work is defective, or completed Work has been damaged requiring correction or replacement, b Written claims have been made against the Owner or Liens have been filed in connection with the Work. c. The Contract Price has been reduced because of Modifications, d. The Owner has been required to correct defective Work or complete the Work in accordance with Section 7 15.14. e Of the Contractor's unsatisfactory prosecution of the Work in accordance with the Contract Documents; or f. Of the Contractor's failure to make payment to subcontractors, or for labor, materials or equipment. Substantial Completion. 8 When the Contractor considers the entire Work ready for its intended use the Contractor shall, in writing to the Owner and Engineer, certify that the entire Work is substantially complete and request that the Engineer issue a certificate of Substantial Completion With a reasonable time thereafter, the Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If the Engineer does not consider the Work substantially complete, the Engineer will notify the Contractor in writing giving his reasons therefore If the Engineer considers the Work substantially complete, the Engineer will prepare and deliver to the Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. The Owner shall have seven (7) days after receipt of the tentative certificate during which he may make written objection to the Engineer as to any provisions of the certificate or attached list. If, after considering such objections, the Engineer concludes that the Work is not substantially complete, the Engineer will within fourteen (14) days after submission of the tentative certificate to the Owner notify the Contractor in writing, stating his reasons therefore If, after consideration of the Owner's objections, the Engineer considers the Work substantially complete, the Engineer will within said fourteen (14) days execute and deliver to the Owner and the Contractor a definitive certificate of Substantial Completion, with a revised tentative list of items to be completed or corrected, reflecting such changes from the G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-25 tentative certificate as he believe justified after consideration of any objections from the Owner. At the time of delivery of the tentative certificate of Substantial Completion the Engineer will deliver to the Owner and Contractor a written recommendation as to division of responsibilities pending final payment between the Owner and Contractor with respect to security, operation, safety, maintenance, heat, utilities, and insurance. Unless the Owner and Contractor agree otherwise in writing and so inform the Engineer prior to his issuing the definitive certificate of Substantial Completion the Engineer's aforesaid recommendation will be binding on the Owner and Contractor until final payment. 9. The Owner shall have the right to exclude the Contractor from the Work after the date of Substantial Completion, but the Owner shall allow the Contractor reasonable access to complete or correct items on the tentative list. Partial Utilization: 10 Use by the Owner of completed portions of the Work may be accomplished prior to Substantial Completion of all the Work subject to the following. a. The Owner at any time may request the Contractor in writing to permit the Owner to use any part of the Work which the Owner believes to be substantially complete and which may be so used without significant interference with construction of the other parts of the Work. If the Contractor agrees, the Contractor will certify to the Owner and Engineer that said part of the Work is substantially complete and request the Engineer that said part of the Work is substantially complete and request the Engineer to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time thereafter the Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion If the Engineer does not consider that part of the Work to be substantially complete, the Engineer will notify the Owner and Contractor in writing giving his reasons therefore. If the Engineer considers that part of the Work to be substantially complete, the Engineer will execute and deliver to the Owner and Contractor a certificate to that effect, fixing the date of Substantial Completion as to that part of the Work, attaching thereto a tentative list of items to be completed or corrected before final payment. Prior to issuing a certificate of Substantial Completion as to part of the Work the Engineer will deliver to the Owner and Contractor a written recommendation as to the division of responsibilities pending final payment between the Owner and Contractor with respect to security, operation safety, maintenance, utilities and insurance for that part of the Work which shall become binding upon the Owner and Contractor at the time of issuing the definitive certificate of Substantial Completion as to that part of the Work unless the Owner and Contractor have otherwise agreed in writing and so informed the Engineer The Owner shall have the right to exclude the Contractor from any part of the Work which the Engineer has so certified to be substantially complete, but the Owner shall allow the Contractor reasonable access to complete or correct items on the tentative list. b In lieu of the issuance of a certificate of Substantial Completion as to part of the Work, the Owner may take over operation of a facility constituting part of the Work whether or not it is substantially complete if such facility is functionally and separately useable, provided that prior to any such takeover, the Owner and Contractor have agreed as to the division of responsibilities between the Owner and Contractor for security, operations, safety, maintenance, correction period, heat, utilities, and insurance with respect to such facility c. No occupancy of part of the Work or taking over of operations of a facility will be accomplished prior to compliance with the requirements of Section 7 7 12 in respect of property insurance G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-26 1 1 1 J 1 1 1 1 1 1 1 r t 1 s A t 1 1 1 1 1 Final Inspection: 11 Upon written notice from the Contractor that the Work is complete, the Engineer will make a final inspection with the Owner and Contractor and will notify the Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. The Contractor shall immediately take such measures as are necessary to remedy such deficiencies. Final Application of Payment: 12. After the Contractor has completed all such corrections to the satisfaction of the Engineer and delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, marked -up record documents and other documents, all as required by the Contract Documents, and after the Engineer has indicated that the Work is acceptable subject to the provisions of Section 7 14.16, the Contractor may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied by all documentation called for in the Contract Documents and such other data and schedules as the Engineer may reasonable require, together with complete and legally effective releases or waivers (satisfactory to Owner) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by the Owner, the Contractor may furnish receipts or releases in full, an affidavit of the Contractor that the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and that all payrolls, material and equipment bills, and other indebtedness connected with the Work for which the Owner or his property might in any way be responsible, have been paid or otherwise satisfied, and consent of the Surety, if any, to final payment. If any Subcontractor, manufacturer, fabricator, supplier or distributor fails to furnish a release or receipt in full, the Contractor may furnish a Bond or other collateral satisfactory to the Owner to indemnify the Owner against any Lien. Final Payment and Acceptance: 13. If, on the basis of the Engineer's observation of the Work during construction and final inspection, and the Engineer's review of the final Application for Payment and accompanying documentation, all as required by the Contract Documents, the Engineer is satisfied that the Work has been completed and the Contractor has fulfilled all of his obligations under the Contract Documents, the Engineer will, within ten (10) days after receipt of the final Application for Payment, indicate in writing his recommendation of payment and present the Application to the Owner for payment, indicate in writing his recommendation of payment and present the Application to the Owner for payment. Thereupon the Engineer will give written notice to the Owner and Contractor that the Work is acceptable subject to the provisions of paragraph 7.16.16. Otherwise, the Engineer will return the Application to the Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case the Contractor shall make the necessary corrections and resubmit the Application. If the Application and accompanying documentation are appropriate as to form and substance, the Owner shall, within thirty (30) days after receipt thereof pay the Contractor the amount recommended by the Engineer 14. If, through no fault of the Contractor final completion of the Work is significantly delayed thereof and if the Engineer so confirms, the Owner shall, upon receipt of the Contractor's final Application for Payment and recommendation of the Engineer, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by the Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement and if Bonds have been furnished as required in paragraph 7.7.1, the written consent of the Surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by the Contractor to the Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-27 CONTRACTOR's Continuing Obligation: 15 The Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by the Engineer, nor the issuance of a certificate of Substantial Completion, nor any payment by the Owner to the Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by the Owner, nor any act of acceptance by the Owner nor any failure to do so, nor the issuance of a notice of acceptability by the Engineer pursuant to Section 7.16.3, nor any correction of defective Work by Owner shall constitute an acceptance of Work not in accordance with the Contract Documents or a release of the Contractor's obligation to perform the Work in accordance with the Contract Documents. Waiver of Claims. 16 The making and acceptance of final payment shall constitute: a. A waiver of all claims by the Owner against the Contractor, except claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Section 7 16 11 or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein; however, it shall not constitute a waiver by the OWNER of any rights in respect of the Contractor's continuing obligations under the Contract Documents, and b. A waiver of all claims by the Contractor against the Owner other than those previously made in writing and still unsettled. 7.17 SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 1. The Owner may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety (90) days by notice in writing to the Contractor and Engineer which shall fix the date on which Work shall be resumed The Contractor shall resume the Work on the date so fixed. The Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if he makes a claim therefore as provided in Sections 7 13 and 7 14 OWNER May Terminate. 2. Upon the occurrence of any one or more of the following events. a. If the Contractor is adjudged bankrupt or insolvent; b. If the Contractor makes a general assignment for the benefit of creditors; c. If a trustee or receiver is appointed for the Contractor or for any of the Contractor's property d. If the Contractor files a petition to take advantage of any debtor's act, or to reorganize under bankruptcy or similar laws; e. If the Contractor repeatedly fails to supply sufficient skilled workers or suitable materials or equipment; f. If the Contractor repeatedly fails to make prompt payments to Subcontractors or for labor, materials, or equipment; G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-28 g. If the Contractor disregards laws, ordinances, rules, regulations, or orders of any public body having jurisdiction; h If the Contractor disregards the authority of the Engineer; or i. If the Contractor otherwise violates in any substantial way any provisions of the Contract Documents. The Owner may after giving the Contractor and his Surety sever (7) days written notice, terminate the services on the Contractor, exclude the Contractor from the site and take possession of the Work and all the Contractor's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by the Contractor (without liability to the Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which the Owner has paid the Contractor but which are stored elsewhere, and finish the Work as the Owner may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Work, including compensation for additional professional services, such excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor shall pay the difference to the Owner. Such costs incurred by the Owner shall be verified by the Engineer and incorporated in a Change Order, but in finishing the Work the Owner shall not be required to obtain the lowest figure for the Work performed. 3 Where the Contractor's services have been so terminated by the Owner, the termination shall not affect any rights of the Owner against the Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due the Contractor by the Owner will not release the Contractor from liability. 4 Upon seven (7) days written notice to the Contractor and Engineer, the Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the Work and terminate the Agreement. In such case, the Contractor shall be paid for all Work executed and any expense sustained plus reasonable termination expenses. CONTRACTOR May Stop Work or Terminate: 5. If, through no act or fault of the Contractor, the Work is suspended for a period of more than ninety (90) days by the Owner or under an order of court or other public authority, or the Engineer fails to act on any Application for Payment within thirty (30) days after it is submitted, or the Owner fails for sixty (60) days to pay the Contractor any sum finally determined by the Engineer to be due, then the Contractor may, upon seven (7) days written notice to the Owner and Engineer, terminate the Agreement and recover from the Owner payment for all Work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if the Engineer has failed to act on the Application for Payment or the Owner has failed to make any payment as aforesaid, the Contractor may upon seven (7) days written notice to the Owner and Engineer stop the Work until payment of all amounts then due The provisions of this paragraph shall not relieve the Contractor of his obligations under Section 7.6.29 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with the Owner. 7.18 ARBITRATION 1 All claims, disputes, and other matters in questions between the Owner and Contractor arising out of, or relating to eh Contract Documents or the breach thereof except for claims which have been waived by the making or acceptance of final payment as provided by Section 7 16 16, shall be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-29 America Arbitration Association then pertaining subject to the limitation of this Section 7.16 This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Section 7 18 will be specifically enforceable under the prevailing arbitration law of any court having jurisdiction 2. No demand for arbitration of any claim, dispute or other matter that is required to be referred to the Engineer initially for decision in accordance with Section 7.11 9 shall be made until the earlier of (1) the date on which the Engineer has rendered a decision or (2) the tenth day after the parties have presented their evidence to the Engineer if a written decision has not been rendered by the Engineer before that date. No demand for arbitration of any such claim, dispute or other rnatter shall be made later than thirty (30) days after the date on which the Engineer has rendered a written decision in respect thereof in accordance with Section 7.11.9; and the failure to demand arbitration within said thirty (30) days period shall result in the Engineer's decision being final and binding upon the Owner and Contractor If the Engineer renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but shall not superseded the arbitration proceedings, except where the decision is acceptable to the parties concerned 3. Notice of the demand for arbitration shall be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy shall be sent to the ENGINEER for information. The demand for arbitration shall be made within the thirty (30) day period specified in Section 7 18.2 where applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. 4. No arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity, including the ENGINEER, his agents, employees or consultants, who is not a party to this Agreement unless: a. The inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration b Such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and c. The written consent of the other person or entity sought to be included and of the Owner and Contractor has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 5. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having jurisdiction thereof, and will not be subject to modification or appeal except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. 10, 11) 7.19 MISCELLANEOUS Giving Notice 1. Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-30 r 1 1 1 a 1 1 1 r 1 1 1 Computation of Time 2. When any period of time is referred to in the Contract Documents by days, it shall be computed to exclude the first and include the last day of such period If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such a day shall be omitted from the computation. General: 3. Should the Owner or Contractor suffer injury or damage to his person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim shall be made in writing to the other party within a reasonable time of the first observance of such injury or damage. 4 The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon the Contractor by Section 7.8 31, 7 15 1, 7 15 11, 7.16 14, 7.16 3 and 7 17.2 and all of the rights and remedies available to the Owner and Engineer thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by law or contract, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph shall be as effective if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents shall survive final payment and termination or completion of this Agreement. Source of Materials: 5. The source for all materials required for the Project including blotter and bituminous surface course shall be arranged for by the Contractor at his expense All testing for sources approval shall be by a recognized testing laboratory and paid for by the Contractor. Access to Existing Facilities: 6. At no time shall any existing facility be denied access for any length of time unless approved by the Owner Water for Construction: 7 The Contractor shall make all arrangements and pay for all associated costs to provide water for construction Weekly Project Meetings: 8 The Contractor shall attend weekly project meetings with the Engineer and Owner. The time, day, and place shall be set at the Pre -Construction Conference. The Contractor shall be prepared to discuss the status of the schedule, submittals, RFI's, and any project related issues. Personnel 9 The Owner or its designate reserves the right to dismiss any Contractor, Subcontractor, or any other personnel determined to be detrimental to the progress of the project. Scale Verification Checks G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-31 10. Scale verification tests shall be conducted daily when items conveyed to the project for incorporation into the project are paid by the "ton" unit price. These shall include but not be limited P-401 Plant Mix Bituminous Pavements. Scale verification checks shall be in accordance with Section 1-09.2(5) of the WSDOT Standard Specifications. In addition, the Contractor's scale person shall conduct daily platform scale checks and prepares and submits "Scaleman's Daily Report" in accordance with Section 1-09.2(1) of the WSDOT Standard Specifications. 7.20 CONSTRUCTION STAKING BY ENGINEER The initial construction stakes will be provided by the Engineer at no cost to the Contractor. See FAA General Conditions 50-06. 7.21 CONTRACTOR QUALITY CONTROL PROGRAM The Contractor is directed to provide a Quality Control Program (QCP) in accordance with FAA General Condition Section 100. All costs associated with the QCP shall be borne by the Contractor and included in the price of other items or work. 7.22 SAFETY PLAN COMPLIANCE DOCUMENT The Contractor is directed to provide a Safety Plan Compliance Document (SPCD) in accordance with FAA requirements and will be a subsequent document to the Engineer's Construction Safety and Phasing Plan Report. All costs associated with the SPCD shall be borne by the Contractor and included in the price of other items of work. END OF SECTION 7 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 7-32 1 1 t 1 1 SECTION 8 - FEDERAL CONTRACT CLAUSES 1 1 1 1 1 1 1 U.S DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM CONSTRUCTION CONTRACT $100,000 AND OVER CIVIL RIGHTS ACT OF 1964, TITLE VI — 49 CFR PART 21 CONTRACTUAL REQUIREMENTS (VERSION 1, 1/5/90) During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as .the "contractor") agrees as follows. 1. Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in Federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color or national origin 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-1 as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 GENERAL CIVIL RIGHTS PROVISIONS (VERSION 2, 4/23190) The CONTRACTOR assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport program, except where Federal assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. In the case of CONTRACTORS, this provision binds the CONTRACTORS from the bid solicitation period through the completion of the contract. INSPECTION OF RECORDS — 49 CFR PART 18 (VERSION 1, 1/5/90) The contractor shall maintain an acceptable cost accounting system. The Sponsor, the FAA, the Comptroller General of the United States shall have access to any books, documents, paper, and records of the contractor which are directly pertinent to the specific contract for the purposes of making an audit, examination, excerpts, and transcriptions. The contractor shall maintain all required records for three years after the Sponsor makes final payment and all other pending matters are closed. RIGHTS TO INVENTIONS — 49 CFR PART 18 (VERSION 1, 115190) All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. Information regarding these rights is available from the FAA and the Sponsor BREACH OF CONTRACT TERMS SANCTIONS — 49 CFR PART 18 (VERSION 1, 115190) Any Violation or breach of the terms of this contract on the part of the contractor or subcontractor may result in the suspension or termination of this contract or such other action which may be necessary to enforce the rights of the parties of this agreement. DBE REQUIRED STATEMENTS — 49 CFR PART 26 (11/19101) Policy: It is the policy of the Department of Transportation (DOT) that Disadvantaged Business Enterprises (DBE's) as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26, apply to this agreement. G.\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-2 DBE Obligation: The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment: The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than (specify number of days as defined in recipient's DBE plan) days from the receipt of each payment the prime contractor receives from the recipient. The prime contractor agrees further to return retainage payments to each subcontractor within than (specify number of days as defined in recipient's DBE plan) days after the subcontractor's work is satisfactorily completed Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the recipient. This clause applies to both DBE and non -DBE subcontractor (Note: The above prompt payment statement is sample language. If different than above, recipients should use the clause as provided in their DBE Plan in accordance with 49 CFR Part 26.29) Contract Goals: (Note the following statements should only be used if the recipient does not expect to meet the overall goal through race -neutral means AND the contract has subcontracting possibilities): The bidder shall subcontract percent of the dollar value of the total amount of a DOT -assisted contract (or of the Federal share of a DOT -assisted contract as defined in recipient's DBE plan) to qualified DBE subcontractors. At (state the time as identified in the recipient's DBE plan) the bidder shall submit: 1. 2. 3 4. The names, addresses of DBE firms that will participate in the contract; A description of work that each DBE will perform; The dollar amount of the participation of each DBE firm; Written and signed document of commitment to use the DBE subcontractor whose participation it submits to meet a contract goal; 5 Written and signed confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment. 6. If the bidder fails to meet the contract goal, evidence of good faith efforts, as described below shall be submitted. A bidder who fails to meet these requirements, and who cannot show good faith effort will be considered non-responsive (or non -responsible as defined in the recipient's DBE Plan). Good Faith Effort. (Note: This clause is only required if contract goals are used). The following actions, by the bidder, are generally considered a sign of good faith effort. This list is not exclusive or exhaustive, but should be used as a guide in determining good faith effort. 1. Attendance at pre-bid meetings scheduled to inform DBE's of the project. 2. Advertisement in general circulation, trade association and minority focus media concerning subcontracting opportunities. 3. Written notice to DBE's allowing sufficient time for reply. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-3 4. Follow up of initial solicitation. 5 Selection of portions of the work likely to be performed by DBE's. 6. Provide interested DBE's adequate information for bidding. 7. Negotiation with interested DBE's. 8 Assist interested DBE's with bonding, insurance or credit. 9. Use of minority contractors' groups and minority business assistance offices Bidders List: (Note: 49 CFR Part 26 requires recipients to create a bidders list containing information about all DBE and non -DBE firms that bid or quote on DOT -assisted contracts. The regulation does not mandate a particular method for developing the list. Use of a contract clause is one such method. If the recipient's DBE Plan provides for the contract clause method, the following clause — or one developed locally — may be used to include in each DOT -assisted contract. Recipients that choose to use another method would not include such a clause in their DOT -assisted contracts.) The bidder shall submit the name, address, DBE status, age, and gross receipts of all firms bidding or quoting subcontracts on DOT -assisted projects. The attached form may be used to report this information Note: The decision on when to require bidders list information from contractors and the impact on contractors who do not submit the information is made by the recipient G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-4 DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION: The undersigned has satisfied the requirements of the specifications in the following manner (please check the appropriate space). ❑ The bidder is committed to a minimum of % DBE utilization on this project. ❑ The bidder (if unable to meet the goal of % DBE) is committed to a minimum of % DBE utilization on this project and has submitted documentation showing good faith effort. Contractor By Address (Signature) (Title) Phone Number Zip Code G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-5 LETTER OF INTENT Name of Bidder's Firm. Bidder's Address: City. State Zip Name of DBE Firm: Address: City: Telephone (including area code). State Zip Description of work to be performed by DBE firm: Bidder intends to utilize the above-named minority firm for the work described above. The estimated amount of work is valued at $ If the above-named bidder is not determined to be the successful bidder, the Letter of Intent shall be null and void. (Copy this page for each minority subcontractor) G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-6 Bidders List All firms bidding or quoting on subcontracts for this DOT -assisted project are listed below. Firm Name Address Certified DBE (Y or N) of Firm GRS* Note. This form is not necessary if the recipient establishes a bidders list using another methodology (e.g , statistically sound survey of firms, widely disseminated request of firms to report information to the recipient, etc.) as defined in the recipient's DBE plan. *GRS — Annual Gross Receipts Enter 1 for less than $1 million Enter 2 for more than $1 million, less than $5 million Enter 3 for more than $5 million, less than $10 million Enter 4 for more than $10 million, less than $15 million Enter 5 for more than $15 million. good faith effort. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-7 TRADE RESTRICTION CLAUSE — 49 CFR PART 30 (VERSION 1, 1/5/90) The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. Firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens of nationals of a foreign country on said list; c. has not procured any product or subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely ori the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION — 49 CFR PART 29 (VERSION 1, 1/5/90) The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, or declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. G\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-8 AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 515 VETERAN'S PREFERENCE (VERSION 1, 1/5/90) In the ernployment of labor (except in executive, administrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. TERMINATION OF CONTRACT — 49 CFR PART 18 (VERSION 1, 1/5/90) 1 The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor 2. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. 3 If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor shall be liable to the sponsor for any additional cost occasioned to the Sponsor thereby. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause. 4. 5 The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. CLEAN AIR AND WATER POLLUTION CONTROL REQUIREMENTS (VERSION 2, 4/23/90) Contractors and subcontractors agree - a. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating, Facilities, b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S C 1857 et seq and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.0 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; c;. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA list of Violating Facilities; d. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-9 (1) Minimum Wages. (i) DAVIS BACON REQUIREMENTS - 29 CFR PART 5 (VERSION 1, 1/5/90) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5 (a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein. Provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determinations; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-10 (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or and authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 - day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or Program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). (2) Withholding. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contact with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and Basic Records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 1(b) (2) (B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-11 the plan or program is financially feasible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017). (ii) (A) the contractor shall submit weekly, for each week in any contract work is performed, a copy of all payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph 5.5 (a) (3) (i) above. This information may be submitted in any form desired Optional FormWH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U S. Government Printing Office, Washington, D C. 20402 The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor of subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following- (1) That the payroll for the payroll period contains the information required to be complete, (2) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (ii) The contractor or subcontractor shall make the records required under paragraph (3)(1) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-12 (4) Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not Tess than the applicable wage rate on the wage determination for the classification of work actually performed In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not Tess than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of amount of fringe benefits listed on the wage determination for the applicable classification If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at Tess than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5 16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U S Department of Labor, Employment and Training Administration The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-13 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 (5) determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. Compliance with the Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. (7) Contract Termination: Debarment. A breach of the contract clauses in paragraph (1) through (10) of this section and paragraphs (1) through (5) of the next section below may be grounds for termination of the contract, and for the debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S Department of Labor, or the employees or their representatives. (10) Certification of Eligibility. (9) (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5 12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U S. Criminal Code, 18 U.S C 1001. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT REQUIREMENTS — 29 CFR PART 5 (VERSION 1, 1/5/90) (1) Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not Tess than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-14 (2) Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph 1 above, the contractor or any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor or subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above (4) Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 and also a clause requiring the subcontractor to include these clauses in any lower tier contracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4 Working Conditions. No contractor or subcontractor may require any laborer or mechanic employed in the performance of any contract to work in surroundings or under working conditions that are unsanitary, hazardous or dangerous to his health or safety as determined under construction safety and health standards (29 CFR Part 1926) issued by the Department of Labor EQUAL EMPLOYMENT OPPORTUNITY — 41 CFR PART 60-1.4(b) (VERSION 1, 1/5/90) (3) (5) During the performance of this contract, the contractor agrees as follows. 1. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin Such action shall include, but not be limited to the following. Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin 3. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-15 4. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or Federally -assisted construction contracts in accordance with procedure authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law 7. The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provision, including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States NOTICES TO BE POSTED PER PARAGRAPHS (1) AND (3) OF THE EEO CLAUSE — 41 CFR PART 60-1.4(b) (VERSION 1, 1/5/90) Equal Employment Opportunity is the Law — Discrimination is prohibited by the Civil Rights Act of 1964 and by Executive Order No 11246 Title VII of the Civil Rights Act of 1964 — Administered by: The Equal Employment Opportunity Commission Prohibits discrimination because of Race, Color, Religion, Sex, or National Origin by Employers with 25 or more employees, by Labor Organizations with a hiring hall of 25 or more members, by Employment Agencies, and by Joint Labor -Management Committees for Apprenticeship or Training Any person who believes he or she has been discriminated against should contact: The Office of Federal Contract Compliance Programs U.S Department of Labor Washington, D C. 20210 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-16 NOTICE FOR SOLICITATIONS FOR BIDS (BID NOTICE) — 41 CFR PART 60-4.2 (VERSION 1, 115/90) 1 The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2 The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for Minority participation for each trade Goals for female participation in each trade 4.30% These goals are applicable to all the contractor's construction work (whether or not it is Federal or Federally -assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its Federally involved and non -Federally involved construction. The contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training shall be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3 The contractor shall provide written notification to the Director OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of subcontract; and the geographical area in which the subcontract is to be performed 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is (insert description of the geographical areas where the contract is to be performed giving the state, county, and city, if any). NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS — 41 CFR 60-1.8 (VERSION 2, 4123190) 1. A Certification of Non -segregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving Federally -assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-17 NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES 1. A Certification of Non -segregated Facilities shall be submitted prior to the award of a Federally - assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U S.C. 1001. CERTIFICATION TO BE SUBMITTED BY FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS AND THEIR SUBCONTRACTORS (APPLICABLE TO FEDERALLY ASSISTED CONSTRUCTION CONTRACTS AND RELATED SUBCONTRACTS EXCEEDING $10,000 WHICH ARE NOT EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE) CERTIFICATION OF NONSEGREGATED FACILITIES The Federally -assisted construction contractor certifies that he will not maintain or provide, for his employees, any segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained The Federally -assisted construction contractor certifies that he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Federally -assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in his contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking Tots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on a basis of race, color, religion, or national origin because of habit, local custom, or any other reason The Federally - assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that he will retain such certifications in his files STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (41 CFR 60-4.3) (VERSION 1, 1/5/90) 1 As used in these specifications. a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer Identification Number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S Treasury Department Form 941; d "Minority" includes G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-18 (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race), Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (3) (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted 3. If the contractor is participating (pursuant to 41 CFR 60-4 5) in a Hometown Plan approved by the U S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractors of subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4 To make good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 5 The contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal of Federally -assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice forrn, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 6 Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto. 7. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U S. Department of Labor G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-19 11 11 11 1 11 1 11 1 1 t 1 11 8. The contractor shall take specific affirmative actions to ensure equal employment opportunity The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following. a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if the referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. d Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement was not referred to the contractor a minority person or female sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 8b above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations, by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc ; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. g. h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-20 and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth 'both on the site and in other areas of a contractor's workforce k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. j. I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n Ensure that all facilities and company activities are non -segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p Conduct a review, at least annually, of all supervisors' adherence to and performance under the contractor's EEO policies and affirmative action obligations. 9 Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p) The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 10 A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and nonminority Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-21 11. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 12 The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 13. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 14. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity If the contractor fails to comply with these requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 15. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g , mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in, an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 16 Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g , those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). NON -TRAFFICKING CERTIFICATION Trafficking in persons. a. Provisions applicable to a recipient that is a private entity. 1 You as the CONTRACTOR your employees, subcontractors under this award, and subcontractor's employees may not — i. Engage in severe forms of trafficking in persons during the period of time that the award is in effect; ii. Procure a commercial sex act during the period of time that the award is in effect; or Use forced labor in the performance of the award or subawards under the award. 2. We as the Federal awarding agency may unilaterally terminate this award) without penalty, if you or a subcontractor that is a private entity — G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-22 Is determined to have violated a prohibition in paragraph a.1 of this award term, or ii Has an employee who is determined by the agency official authorized to terminate the award to have violated a prohibition in paragraph a.1 of this award term through conduct that is either --- A. Associated with performance under this award; or B Imputed to you or the subcontractor using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Government wide Debarment and Suspension (Nonprocurernent)," as implemented by our agency at 49CFR Part 29. b. Provision applicable to a CONTRACTOR other than a private entity. We as the Federal awarding agency may unilaterally terminate this award) without penalty, if a CONTRACTOR or subcontractor that is a private entity — 1. Is determined to have violated an applicable prohibition in paragraph a.1 of this award term, or 2 Has an employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in paragraph a.1 of this award term through conduct hat is either — Associated with performance under this award, or ii Imputed to the subcontractor using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180 , "OMS Guidelines to Agencies on Government -wide Debarment and Suspension (Nonprocurernent)," as implemented by our agency at 49 CFR Part 29. c Provisions applicable to any recipient. 1 You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a.1 of this award term. 2 Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: Implements section 106(g) of the Trafficking Victims Protection Act f 2000 (TVPA), as amended (22 U S.C. 7104 (g), and ii. Is in addition to all other remedies for noncompliance that are available to us under this award BUY AMERICAN PREFERENCE REQUIREMENT (BAPR) Required Use of American Iron, Steel, and Manufactured Goods -Section 1605 of the American Recovery and Reinvestment Act of 2010 -Construction Materials (a) Definitions. As used in this award term and condition- G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-23 "Building or work" means construction) maintenance, alteration) or repair. The terms include, without limitation, buildings, structures, and improvements of an types, such as bridges, dams, plants, highways, parkways, streets, subways, tunnels, sewers, mains, power lines, pumping stations, heavy generators, railways, airports, terminals, docks, piers, wharves, ways, lighthouses, buoys, jetties, breakwaters, levees, canals, dredging, shoring, rehabilitation and reactivation of plants, scaffolding, drilling, blasting, excavating, clearing, and landscaping The manufacture or furnishing of materials, articles, supplies, or equipment (whether or not a Federal or State agency acquires title to such materials, articles, supplies, or equipment during the course of the manufacture or furnishing, or owns the materials from which they are manufactured or furnished) is not "building" or "work" within the meaning of this definition unless conducted in connection with and at the site of such building or work as is described in the foregoing sentence, or under the United States H using Act of 1937 and the Housing Act of 1949 in the construction or development of the project. "Construction material" means an article, material, or supply brought to the construction site y the recipient, subrecipient or a subcontractor for incorporation in the building or work. The term also includes an item brought to the site preassembled from articles, materials, or supplies However, emergency life safety systems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or work and that are produced as complete systems, are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material "Domestic construction material" means — (1) An unmanufactured construction material mined or produced in the United States; or (2) A construction material manufactured in the United States. "Foreign construction material" means a construction material other than a domestic construction material. "Manufactured product, good or construction material" means any construction material that is not unmanufactured construction material." "Public building or public work" means building or work, the construction, alteration, maintenance, or repair of which, as defined in this award term, is carried on directly by authority of, or with funds of, a Federal agency to serve the interest of the general public regardless of whether title thereof is in a Federal agency. "Steel" means an alloy that includes at least 50 percent iron, between 02 and 2 percent carbon, and may include other elements. "Unmanufactured construction material" means raw material brought to the construction site for incorporation into the building or work that has not been— (1) Processed into a specific form and shape; or (2) Combined with other raw material to create a material that has different properties than the properties of the individual raw materials. "United States" means the 50 States, the District of Columbia, and outlying areas including: (1 ) Commonwealths (i) Puerto Rico. (ii) The Northern Mariana Islands; G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-24 (2) Territories. (i) American Samoa. (ii) Guam. (iii) U S. Virgin Islands; and (3) Minor outlying islands. (i) Baker Island. (ii) Howland Island (iii) Jarvis Island. (iv) Johnston Atoll. (v) Kingman Reef. (vi) Midway Islands. (vii) Navassa Island (viii) Palmyra Atoll. (ix) Wake Atoll. (b) Domestic preference. (1) This award term and condition implements Section 1605 of the American Recovery and Reinvestment Act of 2010 (Recovery Act)(Pub. L. 111-5), by requiring that all iron, steel, and other manufactured goods used as construction material in the project are produced in the United States. (2) The recipient shall use only domestic construction material in performing this project, except as provided in paragraph (b)(3) and (b)(4) of this term and condition This requirement does not apply to the construction material or components listed by the Government as follows: (3) [Award official to list applicable excepted materials or indicate "none") (4) The award official may add other foreign construction material to the list in paragraph (b)(3) of this term and condition if the Federal government determines that - (i) The cost of domestic construction material would be unreasonable The cost of domestic iron, steel, or other manufactured goods used as construction material is unreasonable when the cumulative cost of such material will increase the cost of the overall project by more than 25 percent; (ii) The construction material is not mined, produced, or manufactured in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or (iii) The application of the restriction of section 1605 of the Recovery Act to a particular construction material would be inconsistent with the public interest. (c) IRequest for determination of inapplicability of Section 1605 of the Recovery Act. (1) (i) Any recipient request to use foreign construction material in accordance with paragraph (b)(4) of this clause shall include adequate information for Government evaluation of the request, including— (A) A description of the foreign and domestic construction materials; (B) Unit of measure; (C) Quantity; (D) Price; (E) Time of delivery or availability; (F) Location of the construction project; G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-25 11 1 11 11 1 11 1 1 t 1 11 1 11 (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign construction materials cited in accordance with paragraph (b)(4) of this clause. (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed price comparison table in the format in paragraph (d) of this clause. (iii) The price of construction material shall include all delivery costs to the construction site and any applicable duty (iv) Any recipient request for a determination submitted after award shall explain why the recipient could not reasonably foresee the need for such determination and could not have requested the determination before award If the recipient does not submit a satisfactory explanation, the award official need not make a determination. (2) If the Federal government determines after award that an exception to section 1605 of the Recovery Act applies, the award official will amend the award to allow use of the foreign construction material. When the basis of the exception is non-availability or public interest, the amended award shall reflect adjustment of the award amount or redistribution of budgeted funds, as appropriate, to cover costs associated with acquiring or using the foreign construction material. When the basis for the exception is the unreasonable price of a domestic construction material, the award official shall adjust the award amount or redistribute budgeted funds, as appropriate, by at least the differential established in 2 CFR 176.110(a) (3) (c) Data Unless the Government determines that an exception to section 1605 of the Recovery Act applies, use of foreign construction material is noncompliant with section 1605 of the American Recovery and Reinvestment Act. To permit evaluation of requests under paragraph (c) of this clause based on unreasonable cost, the Recipient shall include the following information and any applicable supporting data based on the survey of suppliers. Foreign and Domestic Construction Materials Price Comparison Construction Material Unit of Quantity (Dollars) Price Description Measure Item 1: Foreign construction material Domestic construction material Item 2: Foreign construction material Domestic construction material [List name, address, telephone number, email address, and contact for suppliers surveyed. Attach copy of response; if oral, attach summary.) [Include other applicable supporting information.}(* Include all delivery costs to the construction site.] G•\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-26 BUY AMERICAN CERTIFICATE JAN (1991) By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products or Buy American — Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from (insert Sponsor Representative) lists of articles, materials, and supplies excepted from this provision. PRODUCT COUNTRY OF ORIGIN G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-27 NOTICE TO BIDDERS BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply. 1,. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3 Cost of components. This means the costs for production of the components, exclusive of final assembly labor costs. (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, except those - (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; (2) that the U S Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or (3) that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. (End of Clause) G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-28 BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b) below. (b) The following terms apply to this clause. 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) those produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of components. This means the costs for production of the components, exclusive of final assembly labor costs. (End of Clause) END OF SECTION 8 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 8-29 SECTION 9 - TECHNICAL SPECIFICATIONS 1 1 f 1 1 1 1. GENERAL REQUIREMENTS A. SCOPE OF WORK The location of the work is Yakima Air Terminal, Yakima, Washington. The Yakima Air Terminal — A.I.P PROJECT NO. 3-53-0089-33, Terminal Apron Rehabilitation provides for work generally described as follows: This project consists of the rehabilitation of the Terminal Apron ramp by joint and crack stabilization of the existing concrete panels and removal of heaved asphalt surrounding the concrete ramp The above work will be accomplished in two schedules of work; Schedule A and B The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only. All payments will be made on the basis of actual field measurement of Contract work completed All work shall be done in accordance with the Plans, these Specifications, and referenced codes and organizations. 1. Airport Security: During the course of the Contract, the Contractor shall be responsible for 11 maintaining security against unauthorized access to the airport permitted by his operations. 1J The Contractor will be held responsible for any fines, damages, or civil penalties filed against the Yakima Air Terminal for the Contractor's failure to maintain the regulations set forth herein The Contractor shall be fully responsible for compliance by himself and all of his employees with the airport security program and following regulations and orders of the airport management. These regulations may affect identification of employees, movement around the airport, parking, entry, and other circumstances affecting the safety or protection of persons or property. For the purpose and intent of these regulations, Air Operations Area (AOA) is construed to mean all area within the Airport's perimeter security fence Only Contractor's employees are permitted in the work sites. 1 t 1 1 1 1 11 The term "gate" used herein shall mean any controlled, securable opening in the security fence. The Contractor must enter and exit the air operations area only through the designated gates. Deliveries to work sites will be controlled by the Contractor or, if applicable, a security guard who will record name and license of driver, vehicle license, and times in and out. The Contractor shall keep the gates locked and secured at all times when not in use. No personnel or equipment may enter the Taxiway, Taxiway Safety Area, or the Taxiway Object Free Area (OFA) unless permission is obtained from the Engineer or Airport Management, and then only with proper Air Traffic Control Tower (ATCT) approval. Within the Air Operations Area, all equipment, vehicle, and personnel travel shall be restricted to designated work sites Only vehicles used for construction purposes shall enter the Air Operations Area. Contractor personnel shall park their vehicles outside the airport perimeter fence. 2. Layout of the Work: The Engineer will generally do all construction surveying on the project. Stakes damaged or destroyed by the Contractor's operations will be replaced by the Engineer at the cost of the Contractor The cost will be computed on an hourly basis at the Engineer's standard fee schedule. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-1 3. Airport Operations. Active aircraft operations will be in effect on Runways, taxiways, and apron areas. At the conclusion of each day's activities, all equipment shall be moved to the designated staging area shown on the Plans, and traffic control for nighttime staging shall be established. 4. Completion Time: All items of Contract work shall be complete within the time period specified in the "Proposal" and the "Contract." 5 Environmental Codes and Regulations. The Contractor shall comply with provisions of federal, state, and local statutes, ordinances, and regulations dealing with the prevention of environmental pollution and the preservation of natural resources that affect the project. If the Contractor must undertake additional work due to the enactment of new or the amendment of existing statutes, ordinances, and regulations dealing with the prevention of the successful bid, the Owner will issue a supplemental agreement setting forth the additional work that must be undertaken The supplemental agreement shall not invalidate the Contract and there shall be, in addition to a reasonable extension of Contract time, if necessary, a reasonable adjustment in the Contract price to compensate the successful bidder for all costs and expenses incurred, including overhead and profits, as a result of the additional work. 6. Testing All quality control tests called for in the Specifications or deemed necessary by the Engineer will be performed by the Contractor or its authorized representative approved by Engineer, at the Contractor's expense. In the event test results do not meet the Specifications, any cost for re -testing as may be required by the Engineer shall be paid for by the Contractor. All acceptance sampling and testing will be performed by the Engineer at the Yakima Air Terminal's expense. In the event test results do not meet the specification, any cost for re- sampling and re -testing as may be required by the Engineer shall be paid for by the Contractor 7 Contractor's Staging Area and Plant Site: An area at the Airport Facility, as determined by the Owner, will be set aside on the airport property for the Contractor's use as a staging area for men, equipment, and materials. The Contractor shall obtain all necessary building permits and operating licenses from local governmental agencies. The Engineer will define the actual location in the field. The Contractor may install his own security fence. The area and haul routes shall be restored to their original condition at the conclusion of the work. 8 Disposal of Material. The Contractor shall be required to secure and operate his own waste site at his own expense for the disposal of all unsuitable material, debris, waste material, asphalt material, and any other objectionable material which is directed to waste by the Engineer. 9 Site Investigation and Representation The Contractor acknowledges that he has satisfied himself as to the nature and location of the work; the local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, uncertainties of weather, or similar physical conditions at the site; the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and all other matters required to perform the work. The Contractor warrants, as a result of his examination and investigation of all the aforesaid data, that he can perform the work in a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-2 1 1 1 1 1 1 1 1 t 1 1 1 1 representations are expressly stated in the Contract and (2) the Contract expressly provides that the responsibility therefore is assumed by the Owner. 10. Information on Site Conditions: All information obtained by the Owner regarding site conditions, subsurface information, ground water elevations, existing construction of site facilities as applicable, and similar data will be available for inspection at the airport office upon request. Such information is offered as supplementary information only. The Owner does not assume any responsibility for the completeness or interpretation of such supplementary information. 11. Subsurface and Site Information. Information derived from inspection of test results, of topographic maps, or from Plans showing location of utilities and structures will not in any way relieve the Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of the Contract Documents. The submission of a proposal shall be conclusive evidence that the Bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the Contract Documents. 12 Underground Utilities. Known utilities and structures expected to be adjacent to or encountered in the work are shown on the Plans It is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown Those shown are for the convenience of the Contractor only, and no responsibility is assumed by the Owner for their accuracy or completeness. It shall be the Contractor's responsibility to verify the location of existing utilities prior to construction Where construction is required around communication or power lines, hand digging shall be required. 13. Fire Prevention and Protection: The Contractor shall perform all work in a fire -safe manner The Contractor shall comply with applicable local and state fire prevention regulations 14. Temporary Water: No potable water supply is immediately available at the work site. The Contractor shall make his own arrangements for obtaining water and pay all costs for same. 15. Temporary Electric Power: No electric power is immediately available at the work site The Contractor shall make arrangements for electric power for use during the construction period until final acceptance by the Owner, and pay all costs for same. 16. Sanitary Facilities: The Contractor shall provide and maintain sanitary facilities for his employees and his subcontractor's employees that will comply with the regulations of the local and state departments of health B GENERAL CONSTRUCTION RESPONSIBILITIES AND PROCEDURES 1. Site Restoration and Cleanup: Upon completion of the project, all areas used by the Contractor in connection with the work shall be properly cleared of all temporary structures, rubbish, and waste materials and properly graded to drain and blend in with the abutting property. 2. Haul Routes and Maintenance: The Contractor shall abide by prevailing legal load limit regulations when hauling over airfield pavements, or City or County roads The Contractor shall perform all necessary maintenance of haul routes during construction and shall perform all work as necessary to restore the routes used by his equipment to their original condition at the conclusion of construction. New construction haul roads shall be obliterated and original G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-3 vegetation re-established at the conclusion of use. Existing roadways, parking areas, and taxiways shall be patched or overlaid as necessary to restore them. All maintenance and restoration work shall be completed to the Yakima Air Terminal Manager's satisfaction before final payment is awarded. This maintenance and restoration work will be considered incidental to the other work items and no additional compensation will be made to the Contractor. 3 Responsibility for Damage to Existing Structures: Where any existing structures or facilities which are intended to remain are damaged by the Contractor during demolition or construction, the Contractor shall promptly repair or replace the damaged portion or facility at no additional cost to the Owner. 4 Storage of Materials. Materials shall be so stored as to ensure the preservation of their quality and fitness of the work. When considered necessary, they shall be placed on wooden platforms or other hard, clean surfaces, and not on the ground, and/or they shall be placed under cover. Stored materials shall be located so as to facilitate prompt inspection Private property shall not be used for storage purposes without the written permission of the owner or lessee. 5. Cleanup The Contractor shall at all times during the work keep the premises clean and orderly. He shall promptly remove all waste materials and rubbish. All directions from the Engineer and other authorized public officials having jurisdiction over health and safety shall be obeyed. Areas to be opened up to aircraft and vehicle operations shall be swept thoroughly clean with power broom equipment. Any debris resisting sweeping shall be removed by hand labor or other suitable means. Upon completion of the work, all materials, equipment, and appurtenances not required as a part of or appurtenant to, the completed structure or facility shall be completely removed from the Owner's property C. WORK PROGRESS SCHEDULE 1. Scope. The work specified in this subsection includes planning, scheduling, and reporting that is required to be performed by the Contractor. 2. Coordination Meetings. Coordination meetings may be held on a weekly basis or more often if necessary, to communicate work efforts between the Airport Management, the Engineer, and the Contractor The Resident Engineer will schedule the meetings, with Contractor attendance required. 3 Method. A critical path or bar graph type schedule shall be submitted to the Engineer for review and approval by the apparent low bidder within five (5) calendar days after Notice of Award. When the schedule has been approved, the Contractor shall submit five (5) copies of this schedule. 4 Schedule Requirements: Distinct items of Contract work shall be defined and separated on the schedule. As a minimum, the work items shall include each Contract pay item, mobilization, demobilization, and cleanup. Pay items that are partially subcontracted shall be split up to distinctly show the subcontracted work. These items of work shall be plotted on a graph with calendar day's duration as a horizontal reference. Anticipated start and finish dates for each work stage, and for each of the work items within a stage, shall be shown The project name, the Contractor's name, and the date of the schedule submittal shall be clearly shown on the submittal. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-4 5. Progress Reports: At the end of each month, the Contractor shall submit a summary report of the progress of the various scheduled work items stating for each item the existing time status, estimated time of completion, and cause of delays, if any. If the work is behind the previously submitted schedule, the Contractor shall submit an updated schedule and a written plan acceptable to the Engineer for bringing the work up to schedule. Updated schedules will be used by the Engineer in compiling partial payments and no such computations will be made until the reports have been received and approved by the Engineer The Engineer may request reports to be made on a more frequent schedule if he considers the completion date to be in jeopardy because of activities behind schedule or for other valid reasons. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-5 2. MOBILIZATION A. DESCRIPTION This item shall consist of preparatory work and operations including, but not limited to: 1. Those necessary for the movement of personnel, equipment, supplies and incidentals to the project site; 2. Constructing and maintaining access routes, entrances, and staging area(s) to the project site, 3. For the establishment of offices, buildings and other facilities necessary for work on the project; 4. For premiums on bonds and insurance for the project; and for all other work and operations which must be performed or costs incurred before beginning productions work on the various contract items; 5. Final project site restorations not paid for under items in the Bid Proposal. Mobilization cost for subcontracted work shall be considered to be included in the contract unit price bid by the prime CONTRACTOR. B. BASIS OF PAYMENT Payment of mobilization will be made at the contract unit price per lump sum for Mobilization. The amounts to be allowed for mobilization in the partial payment to be made under the contract will be made as follows. 1 When 5 percent of the total schedule contract amount is earned from other bid items, 50 percent of the amount bid for mobilization, or 5 percent of the total contract amount, which is least, less normal retainage, will be paid. 2. When 10 percent of the total schedule contract amount is earned from other bid items, 100 percent of the amount bid for mobilization, or 10 percent of the original contract amount, whichever is least, less normal retainage, will be paid 3. Upon completion of all work on the project, payment of any amount bid for mobilization in excess of 10 percent of the total contract amount will be paid. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Aprot Rehabilitation Project Specifications.docx 9-6 1 1 1 r r '1 1 1 1 1 t 1 t 3. AIRPORT SAFETY - TEMPORARY FLAGGING, MARKING, AND SIGNING A. SCOPE This Specification outlines safety procedures and regulations to be followed by the Contractor during the course of this work. This item shall consist of furnishing, installing, and removing temporary marking, signing, lighting, and barricades required during the course of this work. It shall also include furnishing sufficient flagmen for traffic control. All work shall be in conformance with FAA requirements and guidelines and the "Manual of Uniform Traffic Control." B. REGULATIONS FOR CONTRACTORS IN OPERATING AREAS For the purpose and intent of these regulations, Aircraft Operation Areas (AOA) are construed to mean all areas within the Airport's perimeter security fence. The airport will remain in operation during the course of the Contract work. The following operating regulations shall be adhered to at all times. The Contractor shall indoctrinate all of his personnel and subcontractors on these regulations 1. All vehicles and equipment in aircraft operations area to display emergency flashers, headlights, and amber rotating beacon 2. No personnel or equipment may enter the Taxiway, Taxiway Safety Area, or the Taxiway Object Free Area (OFA) unless permission is obtained from the Engineer or Airport Management, and then only with proper Air Traffic Control Tower (ACTC) approval. 3 No vehicle shall pass in front of taxiing aircraft. 4 Normally, work will be permitted in the Aircraft Operation Area only during daylight hours. If an emergency situation requires work at night, the Contractor shall notify the Engineer as far in advance as possible and obtain clearance from him before proceeding to work. During night operations, each vehicle shall be equipped with an omni -directional amber flashing light mounted on the roof of the cab Headlights, tail lights, and flashers shall be used for all activities during these hours. 5 At the end of each work day, all equipment and other obstructions shall be moved away from the Runways and taxiways to Contractor staging areas Work shall be allowed between the hours of 5 00 a.m. and 7.00 p m. on work days. 6 Workmen who are on foot shall wear orange safety vests at all times. The Contractor shall assign one person the exclusive task of coordinating the Contractor's activities on the field with the Engineer, Airport Personnel, and ATCT This person shall be responsible for warning all Contractor employees of approaching aircraft and gaining ATCT approval for personnel, vehicles, and equipment movements on the Taxiway, Safety Area, or OFA. 7. All accidents shall be reported immediately to the Engineer 8. In the event of an emergency, men and equipment shall be moved immediately at the direction of the Engineer, Airport personnel, and/or FAA Control Tower 9. The Contractor shall be responsible for ensuring that flight operations areas are kept free of construction debris, equipment, and/or materials that might endanger or be ingested by an aircraft. G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-7 C AIRPORT ACCESS AND SECURITY 1 Access to the project will be allowed through security gates designated by the ENGINEER. The security gates may be of two types, (1) electronically controlled and actuated by keypad or (2) are of the padlock type requiring manual opening and closing. 2. The CONTRACTOR will be allowed to have a pre -determined gate(s) remain open during working hours, provided a security guard is parked at the gate. A security guard shall be posted at all times when the access gate to the OWNER provided access is open to allow passage of CONTRACTOR and subcontractor vehicles and equipment. 3 The CONTRACTOR shall provide the names and pertinent information of all employees that will require access to the OWNER for their use in performing a background check. All CONTRACTOR employees and those of all subcontractors that will perform services for this project are required to have a background check through the OWNER's appointed representative a. Any individual who does not clear the background check to the satisfaction of the OWNER will not be allowed to perform any services nor be allowed within OWNER secured areas. b. It is the CONTRACTOR's responsibility to provide all necessary information required for a background check to the OWNER prior to NOTICE TO PROCEED The CONTRACTOR shall contact the OWNER for background check requirements no later than thirty (30) days prior to the NOTICE TO PROCEED. c. The CONTRACTOR shall take full responsibility for anyone who does not clear the background check by providing competent individual (s) to take their place d No additional time will be given to the CONTRACTOR for procuring or replacement of any individual that should not clear the background check. e If during the contract, an employee of the CONTRACTOR or subcontractor is found to violate any regulations, rules, or protocols of either the Federal Aviation Administration, TSA, or the Yakima Air Terminal than the individual is to be dismissed from all contract work, be escorted from airport property, and shall not be allowed to return until all contract work is completed. 4 The CONTRACTOR shall provide the names of all employees including subcontractor's requiring access to the project site. This site access list will be provided to the gate security person for verifications of names prior to allowing access to the project site. Under no circumstance shall a person be admitted to the project site without their name on the Contractor provided list. The CONTRACTOR shall maintain and update the site access list as required. A copy shall be submitted to the ENGINEER. The OWNER and ENGINEER will provide names to be included on the list for project access. 5. The CONTRACTOR shall erect a temporary security sign at the entrance gate(s) to the project site. The sign shall be removed at the conclusion of the project and become the property of the CONTRACTOR. D. TEMPORARY FLAGGING, MARKING, AND SIGNING 1. Flagging The Contractor shall furnish flagmen for control of traffic near the work areas. Flagmen are to be trained in airport procedures prior to assuming their control duties G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-8 1 r 11 11 1 1 1 t 11 1 1 1 1 2. Barricades: Lighted barricades shall be placed around perimeters of construction areas. The barricades shall be firmly anchored against overturning from wind or prop wash Spacing between barricades shall not exceed 25 feet. Barricades shall be 30 -inch high plastic cylindrical barricades as specified in the current manual on Uniform Traffic Control Devices for Streets and Highways published by the U S. Department of Transportation Federal Highway Administration. Flashing yellow lights shall be placed next to each plastic barricade during nighttime hours a. Barricades and flashers shall be installed as shown on the plans for the taxiway and Runway construction phasing safety. b. All barricades and lights shall be maintained by the Contractor during the project. c. The CONTRACTOR shall have personnel available 24 hours per day to maintain barricades, flashers and all other safety items The personnel and telephone number(s) shall be provided to the OWNER and ENGINEER at the Pre -Construction Meeting. 3. Traffic Control Plans shall be submitted for approval for all traffic revisions. All traffic control personnel shall be certified in accordance with Section 1-10 of the Standard Specifications. Traffic control plans shall be submitted no later than five (5) working days in advance of the day the need for traffic control, and in no case shall begin work activity on the project until the traffic control plan has been approved. The CONTRACTOR shall not make claim for delay based upon failure to provide the ENGINEER within five (5) working days the plan(s) to review, comment, and approve or request revisions. E. RADIO COMMUNICATIONS The Contractor shall furnish four (4) portable radios for communicating with the Yakima Air Traffic Control Tower These radios shall be for the use of on-site representatives as follows: two (2) for prime Contractor; two (2) for Owner's Engineer. Radios shall be two-way narrow banded capable of being set to frequencies 121 9 and 133.25 The Contractor shall have one person with Air Traffic Control Tower radio contact at all times while in the Aircraft Operations Area (AOA). F PAYMENT Payment will be made for "Temporary Flagging, Marking, and Signing," per lump sum, for all labor, tools, equipment, and materials necessary to furnish and install the described temporary flagging, marking, and signing, as shown on the Plans and specified herein G \PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-9 4. CONSTRUCTION STAKING A. SCOPE The intent of this section is to define the staking services provided by the Engineer and to set forth the responsibilities of the Contractor regarding the use and maintenance of said stakes. All staking and surveying not specifically listed in this section will be the responsibility of the Contractor. All grades checking and transferring of lines and grades from the Engineer's stakes will be the Contractor's responsibility. B. NOTIFICATION All staking requests shall be made on the "Construction Staking Request Form" found on the following page The form shall be delivered or faxed to the Engineer's office at least three (3) working days prior to the date requested for staking The Contractor shall provide a brief description of the staking needed, the approximate location (station to station), and when the staking will be required The request shall be reviewed with the Engineer, and both parties shall sign the form. When the staking is completed, the survey party chief will initial and date the form. Requests for re -stakes shall be marked boldly in the description and initialed by both the Contractor and the Engineer. C CONTROL STAKES Control stakes which are reference points for all construction work will be conspicuously marked. It shall be the responsibility of the Contractor to inform his employees and his subcontractors of their importance and the necessity for their preservation The Contractor shall establish grades from the Engineer's stakes at suitable intervals in accordance with good practice and which meet with the approval of the Engineer. Where any information on the Plans is insufficient for establishing line and/or grade, the Contractor shall request additional information from the Engineer Where new construction adjoins existing construction, the Contractor shall make such adjustments in grade as are directed by the Engineer. The Engineer will perform all surveying necessary to check compliance with the Specifications and as required for measuring the quantities of work as specified The Contractor shall furnish assistance to the Engineer in checking depth and measuring quantities for payment purposes. The Engineer will furnish the following Control Staking. 1 . Control staking for pavement markings. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-10 CONSTRUCTION STAKING REQUEST FORM Project: YAKIMA AIR TERMINAL Project No. 11050 TERMINAL APRON REHABILITATION Contractor: Date of Request: Time of Request The Contractor shall provide at least three (3) working days' notice as required by the Contract Special Provisions. WHEN REQUIRED ITEM DESCRIPTION STATION TO STATION DATE TIME 1. 2. 3 4 SIGNATURES STAKING COMPLETED Huibregtse, Louman Associates, Inc. (HLA) Contractor Item By Date/Time 1. 2 3. 4 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-11 D. RESTAKING Stakes or reference marks in paragraph C above will be set one time only. Any charges incurred by the Engineer to replace stakes, markers, and monumentation which were not to be disturbed but were damaged by the Contractor's operations, shall be calculated on an hourly basis at the Engineer's normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time and overtime. The Contractor does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. E. CHECKING SERVICE Should occasion arise where the validity of a stake is questionable, either as to its location or the offset marked thereon, or as to the elevation of cut or fill marked thereon, the Contractor shall notify the Engineer, who will check the stake or stakes in question It shall be the Contractor's responsibility to examine the stakes before commencing operations. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer In the absence of such report, the Contractor shall be liable for any error in alignment or grade. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-12 5. PROJECT CLOSEOUT A. GENERAL The Engineer shall prepare a punchlist when notified by the Contractor that work is completed. Failure of the Engineer to include any items on the punchlist does not alter the responsibility of the Contractor to complete work in accordance with Contract Documents. The Contractor shall deliver all items called for herein and under various Specification sections to Engineer at completion of work. B. REQUIREMENTS Project Record/As-Built Drawings. As the job progresses, the Contractor shall keep at the project site an accurately marked job set of Contract Documents showing all changes and deviations from the original drawings. These shall be available to the Engineer (Note: Above requirement shall not be construed as authorization to make changes in work or layout without definite instructions in each case.) Upon completion of the project and before final payment, the Contractor shall transfer all deviations and changes indicated on the project set to one new set of Contract Documents to be provided by the Contractor. After incorporating the information, this set shall be forwarded to the Engineer Cleanup. Upon completion of the project and prior to final payment, the Contractor shall restore the work area to a satisfactory condition as determined by the Engineer All materials, equipment, and appurtenances not required as a part of or appurtenant to the completed project shall be removed frorn the project site and legally disposed of. All stopover from construction operations and the scattering of unused materials shall be removed. The work site shall be graded smooth to estab- lished grade or, if no grade is established, to a neat uniform condition as determined by the Engineer. Closeout: The Contractor shall furnish all items required for acceptance and final payment as designated in Section 90-09 "Acceptance and Final Payment" and in the Supplementary Conditions before final payment will be released G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-13 SECTION 02520 CONCRETE SURFACE REPAIR PART 1: GENERAL 1 01 This item shall consist of repairing spalled areas in existing Portland cement concrete pavement. This work shall be performed and paid for in accordance with the following PART 2: PRODUCTS 2.01 SURFACE REPAIR MATERIAL Material used to repair scaled and spalled pavement shall be an epoxy mortar complying with ASTM C 881 and ACI 304 PART 3: EXECUTION 3.01 SURFACE PREPARATION A. Concrete Spall Repair The Contractor shall repair all spalled concrete as shown on the plans or as directed by the Resident Engineer. Remove all loose, unsound or contaminated concrete from the repair area. The perimeter of the repair shall be sawed a minimum of 1/8 inch deep or shall be cut with approved tools to this depth. The deteriorated material shall be removed to a depth where the existing material is firm or cannot be easily removed with a geologist pick. Roughen the surface by sandblasting, wirebrushing or other mechanical means Provide a clean edge against sound concrete of a minimum of 1/8 inch. Follow all the manufacturer's preparation specifications for optimum surface bonding 3.02 SURFACE REPAIRS Repair materials shall be mixed and applied with close adherence to the manufacturer's application procedures. The material shall be troweled in place to a maximum depth of 1/2 inch per left to provide a smooth transition from match material and surrounding pavement. Provide a brush finish to the patch surface. 3 03 WEATHER LIMITATIONS Patching and sealing materials shall not be applied at surface temperatures below 40 degree F and above 95 degree F or as otherwise specified by the manufacturer. Observe all manufacturers' specifications for hot and cold applications. Seal coat material shall not be applied when winds are above 15 mph 3 04 CLEAN UP Any material spills or over sprays shall be cleaned to the satisfaction of the engineer Care will be exercised when working around buildings, vehicles, and aircraft to prevent over spray. PART 4: MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Concrete surface repair shall be measured by the square foot of patching in place, complete and accepted. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-14 4.02 PAYMENT Payment for Concrete Surface Repair shall be made at the contract unit price per square foot indicated in the proposal. The price shall be full compensation for all preparation, delivering, and placing of the materials, and for all labor, equipment, tools and incidentals necessary to complete the work. END OF SECTION 02520 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-15 11 Item P-101 Surface Preparation 1 1 11 11 11 1 1 1 1 1 1 1 11 DESCRIPTION 101-1.1 This item shall consist of preparation of existing pavement surfaces for overlay, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable drawings. EQUIPMENT 101-2.1 All equipment shall be specified hereinafter or as approved by the Engineer. The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101-3.1 REMOVAL OF EXISTING PAVEMENT A. Concrete: The existing concrete to be removed shall be freed from the pavement to remain unless jackhammers are used for the complete removal. This shall be accomplished by line drilling or sawing through the impacted depth of the slab 1 ft. inside the perimeter of the final removal limits or outside the load transfer devices, whichever is greater. In this case, the limits of removal would be located on joints. If line drilling is used, the distance between holes shall not exceed the diameter of the hole. The pavement between the perimeter of the pavement removal and the saw cut or line -drilled holes shall be removed with a jackhammer or chisel as appropriate. Where the perimeter of the removal limits is not located on the joint, the perimeter shall be saw cut 2 in in depth Again, the concrete shall be line drilled or saw cut the full depth of the pavement 6 in inside the removal limits The pavement inside the saw cut or line shall be broken by methods suitable to the Contractor and removed from the site. The Contractor's removal operation shall not cause damage to cables, utility ducts, pipelines, or drainage structures under the pavement. Any damage shall be repaired by the Contractor at no expense to the airport owner. B. Asphaltic Concrete. Asphaltic concrete pavement to be removed shall be ground to the same elevation as the surrounding concrete pavement. All material waste shall be disposed of by the contractor offsite. 101-3.2 PREPARATION OF JOINTS AND CRACKS All joints and cracks in bituminous and concrete pavements shall be cleaned of joint and crack sealer, debris, and vegetation Any excess joint or crack sealer on the surface of the pavement shall also be removed from the pavement surface. A problem a soil sterilant shall be applied Cracks and joints in asphalt wider than 3/8 in shall be filled with a mixture of emulsified asphalt and aggregate. The aggregate shall consist of limestone, volcanic ash, sand, or other material that will cure to form a hard substance. The combined gradation shall be as shown in Table 1. Table 1 Sieve Size Percent Passing No. 4 100 No. 8 90-100 No. 16 65-90 No. 30 40-60 No 50 25-42 No. 100 15-30 No. 200 10-20 G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-16 Up to 3% cement can be added to accelerate the set time The mixture shall not contain more than 20% natural sand without approval in writing from the Engineer The proportions of asphalt emulsion and aggregate shall be determined in the field and may be varied to facilitate construction requirements. Normally, these proportions will be approximately one part asphalt emulsion to five parts aggregate by volume The material shall be poured into the joints or cracks or shall be placed in the joint or crack and compacted to form a voidless mass. The joint or crack shall be filled within 0 to 1/8 in of the surface. Any material spilled outside the width of the joint shall be removed from the surface prior to constructing the overlay. Where concrete overlays are to be constructed, only the excess joint material on the surface and vegetation in the joints need to be removed 101-3.3 REMOVAL OF PAINT AND RUBBER All paint and rubber that will affect the bond of the crack filler / sealer shall be removed from the surface of the existing pavement. Chemicals, high-pressure water, heater scarifier (asphaltic concrete only), cold milling, or sandblasting may be used Any methods used shall not cause major damage to the pavement. Major damage is defined as changing the properties of the pavement or removing pavement over 1/8 in deep. If chemicals are used, they shall comply with the state's environmental protection regulations. All wastes shall be disposed of by the contractor offsite. 101-3.4 CONCRETE SPALL OR FAILED ASPHALTIC CONCRETE PAVEMENT REPAIR A. SpaII Pavement Repair: The unit of measure for concrete spall repair shall be the number of square feet. The average depth of the patch shall be agreed upon by the Contractor and the Resident Engineer. The quantity shall be divided in the following categories: (a) 0 to 4 in in average depth 101-3.5 COLD PLANING A. Patching: The machine shall be capable of cutting a vertical edge without chipping or spalling the edges of the pavement to remain The machine shall have a positive method of controlling the depth of cut. The Engineer shall layout the area to be milled. The area shall be laid out with straightedges in increments of 1 ft widths. The area to be milled shall cover only the failed area. Any excessive area that is milled because the Contractor doesn't have the appropriate machine, or areas that are damaged because of his negligence, shall not be included in the measurement for payment. E Profiling, Grade Correction, or Surface Correction: The machine shall have a minimum width of 10 feet. It shall be equipped with electronic grade control devices on both sides that will cut the surface to the grade and tolerances specified The machine shall cut vertical edges. A positive method of dust control shall be provided The machine shall be capable of discharging the millings in a truck or leaving them in a defined windrow G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-17 METHOD OF MEASUREMENT 101-4.1 MEASUREMENT A. Joint and Crack Repair: The unit of measurement for joint and crack repair shall be the linear foot of joint. The quantity shall be divided into the following categories. (a) 0 to 1 inch average (b) 1 to 2 inch average width (c) 2 inch plus average width B. Cold Planing: The unit of measure for cold planing shall be the number of square yards. The average depth of the cold planing shall be determined by the Engineer and the Contractor prior to accomplishment of the work. When surface correction is required, if the initial cut doesn't correct the condition, the Contractor shall re -plane the area and will be paid only once for the total depth of planning. Payment shall be made under Emulsified Asphalt Slurry Seal, P-626 No additional compensation shall be made. BASIS OF PAYMENT 101-5.1 PAYMENT Payment shall be made at contract unit price for the unit of measurement as specified hereinbefore. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. END OF ITEM P-101 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.docx 9-18 Item P-501 Portland Cement Concrete Pavement DESCRIPTION 501-1.1 This work shall consist of rehabilitation of concrete joints and cracks. MATERIALS 501-2.4 PREMOLDED JOINT FILLER Premolded joint filler for expansion joints shall conform to the requirements of ASTM D 1751. The filler for each joint shall be furnished in a single piece for the full depth and width required for the joint, unless otherwise specified by the Engineer. When the use of more than one piece is required for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Engineer. 501-2.5 JOINT SEALER The joint sealer for the joints in the concrete pavement shall meet the requirements of Item P-605 and shall be of the type specified in the plans. 501-2.8 WATER Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. Water will be tested in accordance with the requirements of AASHTO T 26 Water known to be of potable quality may be used without testing 501-2.12 MATERIAL ACCEPTANCE Prior to use of materials, the Contractor shall submit certified test reports to the Engineer for those materials proposed for use during construction The certification shall show the appropriate ASTM test for each material, the test results, and a statement that the material passed or failed. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. CONSTRUCTION METHODS 501-4.1 EQUIPMENT Equipment necessary for handling materials and performing all parts of the work shall be approved by the engineer as to design, capacity, and mechanical conditions. The equipment shall be at the jobsite sufficiently ahead of the start of paving operations to be examined thoroughly and approved A. Batch Plant and Equipment. The batch plant and equipment shall conform to the requirements of ASTM C 94. B Mixers and Transportation Equipment. (1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-19 (2) Central plant mixer. Central plant mixers shall conform to the requirements of ASTM C 94. The mixer shall be examined daily for changes in condition due to accumulation of hard concrete or mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/4 in (19 mm) or more The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement of blades in reference to original height and depth. (3) Truck mixers and truck agitators. Truck mixers used for mixing and hauling concrete and truck agitators used for hauling central -mixed concrete shall conform to the requirements of ASTM C 94. (4) Nonagitator trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C 94. C Vibrators. Vibrator shall be the internal type. Operating frequency for internal vibrators shall be between 8,000 and 12,000 vibrations per minute. Average amplitude for internal vibrators shall be 0.025-0.05 in (0.06 - 0 13 cm). The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous pavement and meet the recommendations of ACI 309, Guide for Consolidation of Concrete. Adequate power to operate all vibrators shall be available on the paver. The vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases. The contractor shall provide an electronic or mechanical means to monitor vibrator status The checks on vibrator status shall occur a minimum of two times per day or when requested by the Engineer. Hand held vibrators may be used in irregular areas only, but shall meet the recommendations of ACI 309, Guide for Consolidation of Concrete. D. Concrete Saws. The Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions The Contractor shall provide at least one standby saw in good working order and a supply of saw blades at the site of the work at all times during sawing operations. 501-4.5 HANDLING, MEASURING, AND BATCHING MATERIAL The batch plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be constructed in such a manner that prevents segregation and intermixing of deleterious materials. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. Batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance that the cement content specified is present in each batch. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-20 11 1 f 11 1 11 11 11 11 it 1 501-4.7 LIMITATIONS ON MIXING AND PLACING No material shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. A. Cold Weather. Unless authorized in writing by the Engineer, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40 °F (4 °C) and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35 °F (2 °C). B. Hot Weather. During periods of hot weather when the maximum daily air temperature exceeds 85 °F (30 °C), the following precautions shall be taken. C. Temperature Management Program. Prior to the start of paving operation for each day of paving, the contractor shall provide the engineer with a Temperature Management Program for the concrete to be placed to assure that uncontrolled cracking is avoided. As a minimum the program shall address the following items: 1) Anticipated tensile strains in the fresh concrete as related to heating and cooling of the concrete material. 2) Anticipated weather conditions such as ambient temperatures, wind velocity, and relative humidity. 3) Anticipated timing of initial sawing of joint. 501-4.10 JOINTS. Joints shall be constructed as shown on the plans and in accordance with these requirements All joints shall be constructed with their faces perpendicular to the surface of the pavement and finished or edged as shown on the plans Joints shall not vary more than 1/2 in (13 mm) from their designated position and shall be true to Zine with not more than 1/4 in (6 mm) variation in 10 ft (3 m). The surface across the joints shall be tested with a 10 ft (3 m) straightedge as the joints are finished and any irregularities in excess of 1/4 in (6 mm) shall be corrected before the concrete has hardened All joints shall be so prepared, finished, or cut to provide a groove of uniform width and depth as shown on the plans. A. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the plans. Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened. If an insert material is used, the installation and edge finish shall be according to the manufacturer's instructions The groove shall be finished or cut clean so that spalling will be avoided at intersections with other joints. Grooving or sawing shall produce a slot at least 1/8 in (3 mm) wide and to the depth shown on the plans. B. Expansion. Expansion joints shall be installed as shown on the plans. The premolded filler of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the joint, except for space for sealant at the top of the slab. The filler shall be securely staked or fastened into position perpendicular to the proposed finished surface A cap shall be provided to protect the top edge of the filler and to permit the concrete to be placed and finished. After the concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the premolded filler. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-21 C Installation. All devices used for the installation of expansion joints shall be approved by the Engineer. The top of an assembled joint device shall be set at the proper distance below the pavement surface and the elevation shall be checked. Such devices shall be set to the required position and line and shall be securely held in place by stakes or other means to the maximum permissible tolerances The premolded joint material shall be placed and held in a vertical position, if constructed in sections, there shall be no offsets between adjacent units. D. Sawing of Joints. Joints shall be cut as shown on the plans. Equipment shall be as described in paragraph 501-4.1. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8 in (3 mm) wide and to the depth shown on the plans. The top portion of the slot shall be widened by sawing to provide adequate space for joint sealers as shown on the plans. Sawing shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled shrinkage cracking of the pavement occurs. Sawing shall be carried on both during the day and night as required The joints shall be sawed at the required spacing, consecutively in sequence of the concrete placement. Curing compound, if being used as the cure type, shall be reapplied in the initial sawcut and maintained for the remaining cure period Curing compound shall not be applied, and used as the cure method, to any final concrete face that is to receive a sealant. All slurry and debris produced in the sawing of joints shall be removed by vacuuming and washing 501-4.16 SEALING JOINTS The joints in the pavement shall be sealed in accordance with Item P-605. 501-4.17 PROTECTION OF PAVEMENT The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents. This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, crossovers, and protection of unsealed joints from intrusion of foreign material, etc. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense The Contractor shall have available at all times, materials for the protection of the edges and surface of the unhardened concrete. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils (0.1 mm) thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering 501-4.18 OPENING TO TRAFFIC The pavement shall not be opened to traffic until test specimens molded and cured in accordance with ASTM C 31 have attained a compressive strength of 3,500 pounds per square inch (24,130 kPa) when tested in accordance with ASTM C 78. If such tests are not conducted, the pavement shall not be opened to traffic until 14 days after the concrete was placed. Prior to opening the pavement to construction traffic, all joints shall either be sealed or protected from damage to the joint edge and intrusion of foreign materials into the joint. As a minimum, backer rod or tape may be used to protect the joints from foreign matter intrusion. The pavement shall be cleaned before opening for normal operations. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-22 F. Repairing SpaIls Along Joints. Where directed, spalls along joints of slabs, and along parallel cracks used as replacement joints, shall be repaired by first making a vertical saw cut at least 1 in (25 mm) outside the spalled area and to a depth of at least 2 in (50 mm). Saw cuts shall be straight lines forming rectangular areas The concrete between the saw cut and the joint, or crack, shall be chipped out to remove all unsound concrete and at least 1/2 in (12 mm) of visually sound concrete. The cavity thus formed shall be thoroughly cleaned with high-pressure water jets supplemented with compressed air to remove all loose material. Immediately before filling the cavity, a prime coat of epoxy resin, Type III, Grade I, shall be applied to the dry cleaned surface of all sides and bottom of the cavity, except any joint face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff -bristle brush. Pooling of epoxy resin shall be avoided. The cavity shall be filled with low slump Portland cement concrete or mortar or with epoxy resin concrete or mortar. Concrete shall be used for larger spalls, generally those more than 1/2 cu. ft. (0.014 m3) in size, and mortar shall be used for the smaller ones. Any spall less than 0.1 cu ft. (0.003 m3) shall be repaired only with epoxy resin mortar or a Grade III epoxy resin. Portland cement concrete and mortar mixtures shall be proportioned as directed and shall be mixed, placed, consolidated, and cured as directed Epoxy resin mortars shall be made with Type III, Grade 1, epoxy resin, using proportions and mixing and placing procedures as recommended by the manufacturer and approved by the Engineer. The epoxy resin materials shall be placed in the cavity in layers not over 2 in (50 mm) thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy resin material does not exceed 140 °F (60 °C) at any time during hardening. Mechanical vibrators and hand tampers shall be used to consolidate the concrete or mortar. Any repair material on the surrounding surfaces of the existing concrete shall be removed before it hardens. Where the spalled area abuts a joint, an insert or other bond -breaking medium shall be used to prevent bond at the joint face. A reservoir for the joint sealant shall be sawed to the dimensions required for other joints, or as required to be routed for cracks. The reservoir shall be thoroughly cleaned and sealed with the sealer specified for the joints. 501-4.20 EXISTING CONCRETE PAVEMENT REMOVAL AND REPAIR All operations shall be carefully controlled to prevent damage to the concrete pavement and to the underlying material to remain in place All saw cuts shall be made perpendicular to the slab surface. A. Edge Repair. The edge of existing concrete pavement against which new pavement abuts shall be protected from damage at all times. Areas that are damaged during construction shall be repaired at no cost to the Owner; repair of previously existing damage areas will be paid for as listed in the bid schedule. (1) SpaII Repair. Spalls shall be repaired where indicated and where directed Repair materials and procedures shall be as previously specified (2) Underbreak Repair. All underbreak shall be repaired. First, all delaminated and loose material shall be carefully removed. Next, the underlying material shall be recompacted, without addition of any new material. Finally, the void shall be completely filled with backer rod, foam insulation, epoxy resin, or other approved filler. Care shall be taken to produce an even joint face from top to bottom. The underlying material shall be thoroughly moistened. After placement, the exposed surface shall be heavily coated with curing compound. Underlying Material. The underlying material adjacent to the edge of an under the existing pavement which is to remain in place shall be protected from (3) G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-23 damage or disturbance during removal operations and until placement of new concrete, and shall be shaped as shown on the drawings or as directed. Sufficient material shall be kept in place outside the joint line to prevent disturbance (or sloughing) of material under the pavement that is to remain in place Any material under the portion of the concrete pavement to remain in place, which is disturbed or loses its compaction shall be carefully removed and replaced with concrete as specified in paragraph "Underbreak Repair." The underlying material outside the joint line shall be thoroughly compacted and moist when new concrete is placed. MATERIAL ACCEPTANCE 501-5.1 ACCEPTANCE SAMPLING AND TESTING All acceptance sampling and testing necessary to determine conformance with the requirements specified in this section, with the exception of coring for thickness determination, will be performed by the Engineer at no cost to the Contractor. The Contractor shall bear the cost of providing curing facilities for the strength specimens, per paragraph 501-5.1a(3), and coring and filling operations, per paragraph 501-5 1b(1). Testing organizations performing these tests shall meet the requirements of ASTM C 1077. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. 501-5.2 ACCEPTANCE CRITERIA A. General. Acceptance will be based on the following characteristics of the completed pavement: (1) Smoothness (2) Grade B. Smoothness. As soon as the joints and cracks have hardened sufficiently, the pavement surface shall be tested with a 16 ft (5 m) straightedge or other specified device. Surface smoothness deviations shall not exceed 1/4 in (6 rnm) from a 16 ft (5 m) straightedge placed in any direction, including placement along and spanning any pavement joint edge. Areas in a slab showing high spots of more than 1/4 in (6 mm) but not exceeding 1/2 in (13 mm) in 16 feet (5 m) shall be marked and immediately ground down with an approved grinding machine to an elevation that will fall within the tolerance of 1/4 in (6 mm) or less. Where the departure from correct cross section exceeds 1/2 in (13 mm), the pavement shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. Grade. An evaluation of the surface grade shall be made by the Engineer for compliance to the tolerances contained below. The finish grade will be determined by running levels at intervals of 50 ft (15.2 m) or less longitudinally and all breaks in grade transversely (not to exceed 50 ft) to determine the elevation of the completed pavement. The Contractor shall pay the costs of surveying the level runs, and this work shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-24 Lateral Deviation. Lateral deviation from established alignment of shall not exceed plus or minus 0.10 ft (30 mm) in any lane. Vertical Deviation. Vertical deviation from established grade shall minus 0.04 ft (12 mm) at any point. (3) Edge Slump. — This Section Deleted (4) Dowel Bar Alignment. This Section Deleted. CONTRACTOR QUALITY CONTROL 501-6.1 QUALITY CONTROL PROGRAM the pavement edge not exceed plus or The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements that affect the quality of the pavement including but not limited to: a. b. c. d e f. g Quality of Materials Stockpile Management Proportioning Mixing and Transportation Placing and Consolidation Joints Surface Smoothness 501-6.2 QUALITY CONTROL TESTING The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to this specification and as set forth in the Quality Control Program. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. METHOD OF MEASUREMENT 501-7.1 Joint and crack repair shall be measured by the linear foot and spall repair shall be measured by the square foot. A. Payment. Payment shall be made under the appropriate items dependent on the phase of work. 1. Concrete Surface Repair 2. Joint and Crack Repair, P101 1 -Inch Minus 3 Joint and Crack Repair, P-101 1 -Inch to 2 -Inch 4. Joint and Crack Repair, P-101 2.10 Inch to 4 -Inch Item P-501-8 la Portland Cement Concrete Pavement —per square yard G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-25 ASTM C 31 ASTM C 39 ASTM C 70 ASTM C 78 ASTM C 88 ASTM C 131 ASTM C 136 ASTM C 138 ASTM C 143 ASTM C 172 ASTM C 173 ASTM C 174 ASTM C 227 ASTM C 231 ASTM C 289 ASTM C 295 ASTM C 114 ASTM C 535 ASTM C 566 ASTM C 642 ASTM C 666 ASTM C 1077 ASTM C 1260 ASTM C 1567 ASTM D 3665 ASTM D 4791 ASTM E 178 ASTM E 1274 AASHTO T 26 TESTING REQUIREMENTS Making and Curing Concrete Test Specimens in the Field Compressive Strength of Cylindrical Concrete Specimens Surface Moisture in Fine Aggregate Test for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) Test for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate Test for Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine Sieve Analysis of Fine and Coarse Aggregates Test for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete Test for Slump of Hydraulic Cement Concrete Sampling Freshly Mixed Concrete Test for Air Content of Freshly Mixed Concrete by the Volumetric Method Measuring Thickness of Concrete Elements Using Drilled Concrete Cores Potential Alkali Reactivity of Cement -Aggregate Combinations (Mortar -Bar Method) Test for Air Content of Freshly Mixed Concrete by the Pressure Method Potential Alkali -Silica Reactivity of Aggregates (Chemical Method) Petrographic Examination of Aggregates for Concrete Chemical Analysis of Hydraulic Cement Test for Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine Total Evaporable Moisture Content of Aggregates by Drying Test for Density, Absorption, and Voids in Hardened Concrete Resistance of Concrete to Rapid Freezing and Thawing Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction And Criteria for Laboratory Evaluation Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) Standard Test Method for Determining the Potential Alkali -Silica Reactivity of Cementitious Materials and Aggregates (Accelerated Mortar -Bar Method Random Sampling of Paving Materials Test Method for Flat or Elongated Particles in Coarse Aggregate Dealing With Outlying Observations Test for Measuring Pavement Roughness Using a Profilograph Quality of Water to be Used in Concrete MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement ASTM A 185 Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement ASTM A 497 Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement ASTM A 615 Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement ASTM A 704 Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A 714 Specification for High -Strength Low -Alloy Welded and Seamless Steel Pipe ASTM A 996 Specification for Rail -Steel and Axle Steel Deformed Bars for Concrete Reinforcement ASTM C 33 Specification for Concrete Aggregates ASTM C 94 Specification for Ready -Mixed Concrete ASTM C 150 Specification for Portland Cement ASTM C 171 Specification for Sheet Materials for Curing Concrete ASTM C 260 Specification for Air -Entraining Admixtures for Concrete ASTM C 309 Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 494 Specification for Chemical Admixtures for Concrete ASTM C 595 Specification for Blended Hydraulic Cements ASTM C 618 Specification for Coal Flyash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-26 ASTM C 881 Specification for Epoxy -Resin Base Bonding System for Concrete ASTM C 989 Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars ASTM D 1751 Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving And Structural Construction ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 309 Guide for Consolidation of Concrete Department of (1999)_Paint, Epoxy-Polyamide, Green Primer, Formula 150, Type III Defense MIL- DTL-24441 /20a END ITEM P-501 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-27 Item P-605 Joint Sealing Filler DESCRIPTION 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing filler capable of effectively sealing joints and cracks in pavements. MATERIALS 605-2.1 JOINT SEALERS: Joint sealing materials shall meet the requirements of one or more of the following: FED SPEC SS -S -200E(2) — Sealants, Joint, Two -Component, Jet -Blast Resistant, Cold Applied. ASTM D 1854 - Jet -Fuel -Resistant Concrete Joint Sealer, Hot -Applied Elastic Type ASTM D 3406 - Joint Sealants, Hot -Applied, Elastometric-Type, for Portland Cement Concrete Pavements ASTM D 3569 - Joint Sealants, Hot -Applied, Elastometric, Jet -Fuel -Resistant type, for Portland Cement Concrete Pavements ASTM D 3581 - Joint Sealant, Hot -Applied, Jet -Fuel -Resistant Type, for Portland Cement Concrete and Tar -Concrete Pavements ASTM D 5893 - Standard Specifications for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements. Each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturer's original sealed container Each container shall be marked with the manufacturer's name, batch or lot number, the safe heating temperature, and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification. CONSTRUCTION METHODS 605-3.1 TIME OF APPLICATION Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be above[40 °F (4 °C) at the time of installation of the preformed joint seal of poured joint sealing material. 605-3.2 PREPARATION OF JOINTS A. Sawing All joints shall be sawed in accordance with specifications and plan details. Immediately after sawing the joint, the resulting slurry shall be completely removed from joint and adjacent area by flushing with a jet of water, and by use of other tools as necessary B. Sealing. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining laitance, curing compound, and other foreign material. Cleaning shall be accomplished by sandblasting. Sandblasting shall be accomplished in a minimum of two passes. One pass per joint face with the nozzle held at an angle directly toward the joint face and not more than 3 in from it. Upon completion of cleaning, the joints shall be blown out with compressed air free of oil and water. Only air compressors with operable oil and G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-28 water traps shall be used to prepare the joints for sealing. The joint faces shall be surface dry when the seal is applied. 605-3.3 INSTALLATION OF SEALANTS Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements. Cold Applied Sealants. Cold applied joint sealing compound shall be applied by means of pressure equipment that will force the sealing material to the bottom of the joint and completely fill the joint without spilling the material on the surface of the pavement. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. Sealant that does not bond to the concrete surface of the joint walls, contains voids, or fails to set to a tack -free condition will be rejected and replaced by the Contractor at no additional cost. Before sealing the joints, the Contractor shall demonstrate that the equipment and procedures for preparing, mixing, and placing the sealant will produce a satisfactory joint seal This shall include the preparation of two small batches and the application of the resulting material. Any sealant spilled on the surface of the pavement, structures and/or lighting fixtures, shall be removed immediately METHOD OF MEASUREMENT 605-4.1 Existing Joint sealing material shall be measured by the linear foot of sealant in place, completed, and accepted including sawcutting and cleaning. BASIS OF PAYMENT 605-5.1 No separate payment for joint sealing in new PCC pavements will be made Joint sealing in new pavement shall be incidental to the PCC pavement. Payment for Existing joint sealing material shall be made at the contract unit price per linear foot. The price shall be full compensation for furnishing all materials, for all preparation, delivering, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under A. B C Joint and Crack Repair, P101 1 -Inch Minus Joint and Crack Repair, P-101 1 -Inch to 2 -Inch Joint and Crack Repair, P-101 2 10 Inch to 4 -Inch TESTING REQUIREMENTS ASTM D 412 ASTM D 1644 Test Methods for Vulcanized Rubber and Thermoplastic Elastomers — Tension Test Methods for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS ASTM D 1854 ASTM D 3406 ASTM D 3569 ASTM D 3581 ASTM D 5893 ASTM D 6690 FED SPEC SS -S -200E(2) Jet -Fuel -Resistant Concrete Joint Sealer, Hot -Applied Elastic Type Joint Sealants, Hot -Applied, Elastomeric-Type, for Portland Cement Concrete Pavements Joint Sealant, Hot -Applied, Elastometric, Jet -Fuel -Resistant Type, for Portland Cement Concrete Pavements Joint Sealant, Hot -Applied, Jet -Fuel -Resistant Type, for Portland Cement Concrete and Tar -Concrete Pavements Standard Specifications for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements Joint and Crack Sealants, Hot -Applied, for Concrete and Asphalt Pavements Sealants, Joint, Two -Component, Jet -Blast Resistant, Cold Applied END ITEM P-605 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-29 Item P-620 Runway and Taxiway Painting DESCRIPTION 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. MATERIALS 620-2.1 MATERIALS ACCEPTANCE The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. 620-2.2 PAINT Paint shall be waterborne in accordance with the requirements of paragraph 620-2.2 Paint shall be furnished in the following colors in accordance with Federal Standard No. 595. White - 37925 Red - 31136 Yellow - 33538 or 33655 Black - 37038 Waterborne black paint should be used to outline a border at least 6 in (150 mm) wide around markings on all Tight colored pavements. Type I is intended for those locations where slower tracking is not an inconvenience. A. Waterborne. Paint shall meet the requirements of Federal Specification TT -P -1952E, Type I B Epoxy. Paint shall be a two component, minimum 99 percent solids type system conforming to the following: (1) Pigments. Component A. Percent by weight. (a) White: Titanium Dioxide, ASTM D 476, type II shall be 18 percent minimum (16 5 percent minimum at 100 percent purity). (b) Yellow and Colors: Titanium Dioxide, ASTM D 476, type II shall be 14 to 17 percent. Organic yellow, other colors, and tinting as required to meet color standard. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications. Docx 9-30 Epoxy resin shall be 75 to 79 percent. (2) Epoxy Content. Component A. The weight per epoxy equivalent, when tested in accordance with ASTM D 1652 shall be the manufacturer's target plus or minus 50. (3) Amine Number. Component B. When tested in accordance with ASTM D 2074 shall be the manufacturer's target plus or minus 50. (4) Prohibited Materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen as defined in 29 CFR 1910.1200 in amounts exceeding permissible limits as specified in relevant Federal Regulations. (5) Daylight Directional Reflectance. (a) White: The daylight directional reflectance of the white paint shall not be less than 75 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No 141D/GEN, Method 6121 (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 38 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141D/GEN The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: x .462 x .470 y .438 x 479 x .501 y 452 y 455 y 428 (6) Accelerated Weathering. (a) Sample Preparation. Apply the paint at a wet film thickness of 0 013 in (0.33 mm) to four 3 by 6 in (8 by 15 cm) aluminum panels prepared as described in Federal Test Method Standard No. 141D/GEN, Method 2013 Air dry the sample 48 hours under standard conditions. (b) Testing Conditions. Test in accordance with ASTM G 15453 using both Ultra Violet (UV -B) Light and condensate exposure, 72 hours total, alternating 4 hour UV exposure at 60 degree C, and 4 hours condensate exposure at 40 °C. (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions. Determine the directional reflectance and color match using the procedures in paragraph 620-2.2b(5) above. Evaluate for conformance with the color requirements (7) Volatile Organic Content. Determine the volatile organic content in accordance with 40 CFR Part 60 Appendix A, Method 24. (8) Dry Opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method Standard No 141D/GEN. The wet film thickness shall be 0.015 in (0 12 mm). The minimum opacity for white and colors shall be 0.92. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-31 (9) Abrasion Resistance. Subject the panels prepared in paragraph 620-2 2b(6) to the abrasion test in accordance with ASTM D 968, Method A, except that the inside diameter of the metal guide tube shall be from 0.747 to 0.750 in (18.97 to 19 05 mm) Five liters of unused sand shall be used for each test panel The test shall be run on two test panels. [Note five liters of sand weighs 17 5 Ib. (7.94 kg).] Both baked and weathered paint films shall require not less than 150 liters of sand for the removal of the paint films. (10) Hardness, Shore. Hardness shall be at least 80 when tested in accordance with ASTM D 2240 C Methacrylate. Paint shall be a two component, minimum 99 percent solids -type system conforming to the following: (1) Pigments. Component A. Percent by weight. (a) White: Titanium Dioxide, ASTM D 476, type II shall be 6 percent minimum. Methacrylate resin shall be 18 percent minimum. (b) Yellow and Colors: Titanium Dioxide, ASTM D 476, type 11 shall be 6 percent minimum. Organic yellow, other colors, and tinting as required to meet color standard. Methacrylate resin shall be 18 percent minimum. (2) Prohibited Materials: (3) The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen as defined in 29 CFR 1910 1200 in amounts exceeding permissible limits as specified in relevant Federal Regulations. Daylight Directional Reflectance: (a) White: The daylight directional reflectance of the white paint shall not be Tess than 75 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141D/GEN, Method 6121. (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 45 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141D/GEN. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: x .462 x .470 y .438 x .479 x 501 y .452 y .455 y .428 G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications. Docx 9-32 (4) Accelerated Weathering: (5) (a) Sample Preparation. Apply the paint at a wet film thickness of 0.013 in (0 33 mm) to four 3 by 6 in (8 by 15 cm) aluminum panels prepared as described in Method 2013 of Federal Test Method Standard No. 141D/GEN Air dry the sample 48 hours under standard conditions. (b) Testing Conditions. Test in accordance with ASTM G 53 154 using both Ultra Violet (UV -B) Light and condensate exposure, 72 hours total, alternating 4 hour UV exposure at 60 degree C, and 4 hours condensate exposure at 40 °C (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions. Determine the directional reflectance and color match using the procedures in paragraph 620-2.2c(3) above. Evaluate for conformance with the color requirements. Volatile Organic Content. Determine the volatile organic content in accordance with 40 CFR Part 60 Appendix A, Method 24. (6) Dry Opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method Standard No. 141D/GEN The wet film thickness shall be 0 015 in (0.12 mm) The minimum opacity for white and colors shall be 0.92. Abrasion Resistance. Subject the panels prepared in paragraph 620-2.2c(4) to the abrasion test in accordance with ASTM D 968, Method A, except that the inside diameter of the metal guide tube shall be from 0.747 to 0 750 in (18 97 to 19.05 mm). Five liters of unused sand shall be used for each test panel. The test shall be run on two test panels. [Note. 5 liters of sand weighs 17.5 Ib. (7.94 kg).] Both baked and weathered paint films shall require not Tess than 150 liters of sand for the removal of the paint films. (8) Hardness, Shore. Hardness shall be at least 80 when tested in accordance with ASTM D 2240 (7) D. Solvent -Base. Not Used E. Preformed Thermoplastic Airport Pavement Markings. Not Used. 620-2.3 REFLECTIVE MEDIA Glass beads shall meet the requirements for Type III Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. Paint Color Glass Beads, Type I, Gradation A Glass Beads, Type III Glass Beads, Type IV White See Table 1. See Table 1. See Table 1 Yellow See Table 1. See Table 1. See Table 1. Red See Table 1 and Note. Not used. See Table 1 and Note. Pink See Table 1 and Note. Not used. See Table 1 and Note Black Not used Not used See Table 1 and Note. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications. Docx 9-33 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 °F (7 °C) and rising and the pavement surface temperature is at least 5 °F (2 7 °C) above the dew point. Markings shall not be applied when the pavement temperature is greater than 120 °F (49 °C) 620-3.2 EQUIPMENT Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray -type or airless -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross-sections and clear-cut edges without running or spattering and without over spray. 620-3.3 PREPARATION OF SURFACE Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, Iaitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, Iaitance, and loose materials without damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are clean of curing material. Sandblasting or high-pressure water shall be used to remove curing materials. 620-3.4 LAYOUT OF MARKINGS The proposed markings shall be laid out in advance of the paint application The locations of markings to receive glass beads shall be shown on the plans. 620-3.5 APPLICATION Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 in (12 mm) in 50 ft (15 m) and marking dimensions and spacings shall be within the following tolerances Dimension and Spacing Tolerance 36 in (910 mm) or less ±1/2 in (12 mm) greater than 36 in to 6 ft (910 mm to 1 85 m) ± 1 in (25 mm) greater than 6 ft to 60 ft (1.85 m to 18 3 m) ± 2 in (51 mm) greater than 60 ft (18.3 m) ± 3 in (76 mm) The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted. A period of 14 days shall elapse between placement of a bituminous surface course or seal coat and application of the paint. Painting over joint, crack, and spall repair can occur as soon as the filler has cured reaching performance levels concurrent with the manufacturer's recommendations. G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications. Docx 9-34 Table 1 Application Rates For Paint And Glass Beads (See Note regarding Red and Pink Paint) Paint Type Paint Sq ftper n, ft/gal. gallon, (Sq liter,, m m2/I) /l) Glass Beads, Type I, Gradation A Pounds per gallon of paint-Ib./gal. (Km per liter of paint- kg/I) Glass Beads, Type III Pounds per gallon of paint-Ib./gal. (Km per liter of paint-kg/I) Glass Beads, Type IV Pounds per gallon of paint-lb./gal. (Km per liter of paint-kg/I) Waterborne 115 ft`/gal. max (2.8 m2/I) 7 Ib./gal. min (0 85 kg/I) 10 Ib./gal. min (1.2 kg/I) Note: The glass Type I and Type bead application rate for Red and Pink paint shall be reduced by 2 Ib./gal. (0 24 kg/I) for IV beads. Type III beads shall not be applied to Red or Pink paint. Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.6 APPLICATION --PREFORMED AIRPORT PAVEMENT MARKINGS A. Asphalt and Portland cement To ensure minimum single -pass application time and optimum bond in the marking/substrate interface, the materials must be applied using a variable speed self-propelled mobile heater with an effective heating width of no less than 16 ft (4.88 m) and a free span between supporting wheels of no Tess than 18 ft (5.49 m) The heater must emit thermal radiation to the marking material in such a manner that the difference in temperature of 2 in (5 08 cm) wide linear segments in the direction of heater travel must be within 5 percent of the overall average temperature of the heated thermoplastic material as it exits the heater. The material must be able to be applied at ambient and pavement temperatures down to 35 °F (2 °C) without any preheating of the pavement to a specific temperature The material must be able to be applied without the use of a thermometer. The pavement shall be clean, dry, and free of debris. A non-VOC sealer with a maximum applied viscosity of 250 centiPoise (ASTM D 2393) must be applied to the pavement shortly before the markings are applied The supplier must enclose application instructions with each box/package 620-3.7 PROTECTION AND CLEANUP After application of the markings, all markings shall be protected from damage until dry All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet (square meters) of preformed markings performed in accordance with the specifications and accepted by the Engineer. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-35 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BASIS OF PAYMENT 620-5.1 Payment shall be made at the respective contract price per square foot for runway and taxiway painting. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under. Item P-620-5.1-1 Runway and Taxiway Painting per square foot Item P-620-5.1-2 Reflective Media will be incidental to the painting costs. TESTING REQUIREMENTS ASTM C 136 ASTM C 146 ASTM C 371 ASTM D 92 ASTM D 711 ASTM D 968 ASTM D 1213-54 (1975) ASTM D 1652 ASTM D 2074 ASTM D 2240 ASTM G 15453 Federal Test Method Standard No. 141D/GEN MATERIAL REQUIREMENTS ASTM D 476 Code of Federal Regulations Code of Federal Regulations FED SPEC TT -B -1325D AASHTO M 247 FED SPEC TT -P -1952E Commercial Item Description (CID) A -A -2886B FED STD 595 Sieve Analysis of Fine and Coarse Aggregates Chemical Analysis of Glass Sand Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders Test Method for Flash and Fire Points by Cleveland Open Cup No -Pick -Up Time of Traffic Paint Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive Test Method for Crushing Resistance of Glass Spheres Test Method for Epoxy Content of Epoxy Resins Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method Test Method for Rubber Products-Durometer Hardness Operating Light and Water -Exposure Apparatus (Fluorescent Light Apparatus UV -Condensation Type) for Exposure of Nonmetallic Materials. Paint, Varnish, Lacquer and Related Materials; Methods of Inspection, Sampling and Testing Specifications for Dry Pigmentary Titanium Dioxide Pigments Products 40 CFR Part 60, Appendix A — Definition of Traverse Point Number and Location 29 CFR Part 1910.1200 — Hazard Communications Beads (Glass Spheres) Retroreflective Glass Beads Used in Traffic Paints Paint, Traffic and Airfield Marking, Waterborne Paint, Traffic, Solvent Based Colors used in Government Procurement END OF ITEM P-620 G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications. Docx 9-36 1 1 1 1 1 1 1 1 1 1 1 1 It 11 1 1 1 Item P-626 Emulsified Asphalt Slurry Seal Surface Treatment DESCRIPTION 626-1.1 This item shall consist of a mixture of emulsified asphalt, mineral aggregate, and water properly proportioned, mixed, and spread on an asphalt prepared underlying course or existing wearing course in accordance with these specifications and shall conform to the dimensions shown on the plans or as directed by the Engineer. MATERIALS 626-2.1 AGGREGATE. The aggregate shall consist of sound and durable manufactured sand, slag, crusher fines, crushed stone, or a combination thereof. The aggregate shall be dean and free from vegetable matter, dirt, and other deleterious substances. The aggregate shall have a sand equivalent of not less than 45 percent when tested in accordance with ASTM D 2419. The aggregate shall show a loss of not more than 35 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 12 percent, or the magnesium soundness loss shall not exceed 20 percent after 5 cycles when tested in accordance with ASTM C 88. Aggregate shall be 100 percent crushed The combined aggregate shall conform to the gradation shown in Table 1 when tested in accordance with ASTM C 136 and ASTM C 117. Table 1. Gradation Of Aggregates Sieve Size Percent by Wei The job mix formula (mix design) shall be run using aggregate within the gradation band for the desired type shown in Table 1. Once the mix design has been submitted and approved, the aggregate used on the project shall not vary by more than the tolerances shown in Table 2. At no time shall the aggregate used go out of the gradation bands in Table 1. The aggregate will be accepted at the job location or stockpile. The stockpile will be accepted based on five gradation tests samples in accordance with ASTM D 75 If the average of the five tests is within the gradation tolerances, then the materials will be accepted If the tests show the material to be out of tolerance, the Contractor will be given the choice either to remove the material or blend other aggregates with the stockpile material to bring it into specification Materials used in blending shall meet the quality tests before blending and shall be blended in a manner to produce a consistent gradation. This blending may require a new mix design. Screening shall be required at the project stockpile site if there are any problems created by having oversize materials in the mix. Precautions shall be taken to prevent segregation of the aggregate in storing and handling. The stockpile shall be kept in areas that drain readily. G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications. Docx 9-37 Type I Type II Type III Type IA 3/8 in. (9.5 mm) 100 100 100 100 No. 4 (4.75 mm) 100 90 - 100 70 - 90 98 - 100 No. 8 (2.36 mm) 90 - 100 65 - 90 45 - 70 85 - 95 No. 16 (1 18 mm) 65 - 90 45 - 70 28 - 50 50 - 75 No. 30 (600 micro m) 40 - 65 30 - 50 19 - 34 30 - 50 No. 50 (300 micro m) 25 - 42 18 - 30 12 - 25 18 - 35 No. 100 (150 micro m) 15 - 30 10 - 21 7 - 18 10 - 21 No 200 (75 micro m) 10 - 20 5 - 15 5 - 15 5 - 10 Residual asphalt content percent dry weight of aggregate 10% - 16% 7.5% - 13 5% 6.5% - 12% 9% - 13.5% The job mix formula (mix design) shall be run using aggregate within the gradation band for the desired type shown in Table 1. Once the mix design has been submitted and approved, the aggregate used on the project shall not vary by more than the tolerances shown in Table 2. At no time shall the aggregate used go out of the gradation bands in Table 1. The aggregate will be accepted at the job location or stockpile. The stockpile will be accepted based on five gradation tests samples in accordance with ASTM D 75 If the average of the five tests is within the gradation tolerances, then the materials will be accepted If the tests show the material to be out of tolerance, the Contractor will be given the choice either to remove the material or blend other aggregates with the stockpile material to bring it into specification Materials used in blending shall meet the quality tests before blending and shall be blended in a manner to produce a consistent gradation. This blending may require a new mix design. Screening shall be required at the project stockpile site if there are any problems created by having oversize materials in the mix. Precautions shall be taken to prevent segregation of the aggregate in storing and handling. The stockpile shall be kept in areas that drain readily. G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications. Docx 9-37 A. Aggregate Tolerance. Once the mix design has been accepted, the aggregate gradation used on the project may vary from the aggregate gradation used in the mix design on each sieve by the percentages shown in Table 2. If the project aggregate fails to remain within this tolerance, a new mix design will be required by the Engineer at the expense of the Contractor. Table 2 Aggreqate Tolerance Sieve Size Tolerance, percent by weight passing sieve 3/8 in (9.5 mm) + or — 0% No. 4 (4.75 mm) + or - 2% No 8 (2.36 mm) + or - 5% No. 16 (1.18 mm) + or - 5% No. 30 (600 micro m) + or - 5% No 50 (300 micro m) + or - 4% No. 100 (150 micro m) + or - 3% No. 200 (75 micro m) + or - 2% Residual Asphalt, percent dry weight of aggregate + or - 1% 626-2.2 MINERAL FILLER If mineral filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D 242 and shall be used in the amounts required by the mix design The mineral filler shall be considered as part of the aggregate. 626-2.3 EMULSIFIED ASPHALT The emulsified asphalt shall conform to the requirements of ASTM D 977 and/or 2397 and shall be SS, CSS, CQS, or QS type emulsions. 626-2.4 WATER All water used in making the slurry shall be potable and free from harmful soluble salts and chemicals COMPOSITION AND APPLICATION 626-3.1 COMPOSITION The slurry seal shall consist of a mixture of emulsified asphalt, mineral aggregate, and water. 626-3.2 JOB MIX FORMULA No slurry seal for payment shall be placed until a mix design has been approved by the Engineer. The mix design shall be developed by a laboratory with experience in designing slurry seal mixes and a signed copy shall be submitted in writing by the Contractor to the Engineer at least 10 days prior to the start of operations. The laboratory report (mix design) shall indicate the proportions of aggregates, mineral filler (min. and max.), water (min and max.) and asphalt emulsion based on the dry aggregate weight. It shall also report the quantitative effects of moisture content on the unit weight of the aggregate (bulking effects). The mix design shall be in effect until modified in writing by the Engineer. Should a change in sources of materials be made, a new mix design shall be established before the new material is used The Contractor shall submit to the Engineer for approval a complete mix design on the materials proposed for use, prepared and certified by an approved laboratory. Compatibility of the aggregate, emulsion, mineral filler, and other additives shall be verified by the mix design. The mix design shall be made with the same aggregate and grade of emulsified asphalt that the Contractor will provide on the project. At a minimum the required tests and values needed are as follows: G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-38 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Description Specification (SSA TB -100 Wet track abrasion loss one hour soak 50 g/ft2 Max (538 g/m2) G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-38 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 1 1 1 ISSA TB -115 Determination of slurry seal compatibility Pass 626-3.3 APPLICATION RATE Unless otherwise specified, the slurry seal shall be applied to at the application rates shown in Table 3 for that gradation of material used. Table 3. Slurry Application Rates Mix Measurement Type I Type II Type III Type IA Pounds of mixture per square yard 8 - 12 12 - 20 18 - 30 10 — 16 Kilograms of mixture per square meter 4.3 - 6 5 6.5 - 10.9 9.8 - 16.3 5.4 — 8.6 The rate of application shall not vary more than ± 2 pounds per square yard (±1.1 km per square meter). 626-3.4 TEST SECTIONS. Test sections shall be placed prior to the start of the slurry seal work in the presence of the Engineer The test area will be designated by the Engineer and will be located on the existing pavement. Test strips shall be made by each machine after calibration. Samples of the slurry seal may be taken and the mix consistency verified by using ISSA TB -106 Slurry Seal Consistency test. In addition, the proportions of the individual materials may be verified by the Engineer by using the calibration information provided after machine calibration. If any test does not meet specification requirements, additional tests shall be made at the expense of the Contractor, until an acceptable test strip is placed CONSTRUCTION METHODS 626-4.1 WEATHER LIMITATIONS. The slurry seal shall not be applied if either the pavement or air temperature is below 50 °F (10 °C) and falling but may be applied when both pavement and air temperature are above 45 °F (7 °C) and rising. No slurry seal shall be applied when there is danger that the finished product will freeze before 24 hours. The mixture shall not be applied when weather conditions prolong opening to traffic beyond a reasonable time 626-4.2 EQUIPMENT AND TOOLS. The Contractor shall furnish all equipment, tools, and machinery necessary for the performance of this work. A. Slurry Mixing Equipment. The machine shall be specifically designed and manufactured to lay slurry seal. The material shall be mixed by a self-propelled slurry seal mixing machine of either truck mounted or continuous run design. Either type machine shall be able to accurately deliver and proportion the aggregate, emulsified asphalt, mineral filler, and water to a revolving mixer and discharge the mixed product on a continuous flow basis. The machine shall have sufficient storage capacity for materials to maintain an adequate supply to the proportioning controls If continuous run equipment is used, the machine shall be equipped to allow the operator to have full control of the forward and reverse speed of the machine during application of the slurry seal, with a self -loading device, with opposite side driver stations, all part of original equipment manufacturer design. The aggregate shall be prewetted immediately prior to mixing with the emulsion The mixing unit of the mixing chamber shall be capable of thoroughly blending all ingredients. No excessive mixing shall be permitted. The mixing machine shall be equipped with a fines feeder that provides an accurate metering device or method to introduce a predetermined proportion of mineral filler into the mixer at the same time and location that the aggregate is fed into the mixer. The mixing machine shall be equipped with a water pressure system and fog -type spray bar adequate for complete fogging of the surface with an application of 0 05 to 0.10 G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-39 gallon per square yard (0 23 to 0.45 liter per square meter) preceding the spreading equipment. Sufficient machine storage capacity to mix properly and apply a minimum of 5 tons (4 500 kg) of the slurry shall be provided. Proportioning devices shall be calibrated prior to placing the slurry seal. 13 Slurry Spreading Equipment. The mixture shall be spread uniformly by means of a conventional surfacing spreader box attached to the mixer and equipped to agitate and spread the material evenly throughout the box. A front seal shall be provided to insure no Toss of the mixture at the surface contact point. The rear seal shall act as the final strike - off and shall be adjustable. The spreader box and rear strike -off shall be so designed and operated that a uniform consistency is achieved to produce a free flow of material to the rear strike -off. The spreader box shall have suitable means provided to side shift the box to compensate for variations in the pavement geometry. A burlap drag or other approved screed may be attached to the rear of the spreader box to provide a uniform mat. C. Auxiliary Equipment. Other tools or equipment such as brushes, hand squeegees, hose equipment, tank trucks, water distributors and flushers, power blowers, barricades, etc., shall be provided as required. D Roller. The roller, if required, shall be a self-propelled pneumatic -tired roller capable of exerting a contact pressure during rolling of 50 Ib / sq in (350 Newtons per square meter). It shall be equipped with a water spray system, to be used if the slurry is picking up on the tires during rolling. E. Tack Coat and Distributor Normally a tack coat is not required unless the surface to be covered is extremely dry and raveled or is concrete or brick. If required, the tack coat should consist of one part emulsified asphalt and three parts water The emulsified asphalt may be the same as that used in the mix. Pressure distributors used for application of the diluted asphalt emulsion tack coat shall be self-propelled, equipped with pneumatic tires, and capable of uniformly applying 0.05 to 0.15 gallon per square yard (0.23 to 0 68 liter per square meter) of the diluted emulsion over the required width of application. Distributors shall be equipped with tachometers, pressure gauges, and volume -measuring devices. The tack coat shall be applied at least 2 hours before the slurry seal but within the same day 626-4.3 EQUIPMENT CALIBRATION Each slurry mixing unit to be used on the project shall be calibrated in the presence of the Engineer prior to construction. Previous calibration documentation covering the exact materials to be used may be accepted by the Engineer provided they were made during the calendar year. The documentation shall include an individual calibration of each material at various settings, which can be related to the machine's metering devices. No machine will be allowed to work on the project until the calibration has been completed and/or accepted. 626-4.4 PREPARATION OF EXISTING SURFACE Prior to placing the tack coat and slurry seal coat, unsatisfactory areas shall be repaired and the surface shall be cleaned of dust, dirt, or other loose foreign matter, grease, oil, excessive rubber accumulation, or any type of objectionable surface film. Any standard cleaning method will be acceptable except that water flushing will not be permitted in areas where considerable cracks are present in the pavement surface. Any painted stripes or markings on the surface of the runways or taxiways to be treated, shall be removed G:\PROJECTS\2011 \11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specificatiorls.Docx 9-40 Cracks wider than 1/4 in (6 mm) shall be cleaned with compressed air, and sealed with a compatible crack sealer prior to applying the slurry seal. Cracks wider than 3/4 in (19 mm) should be pre -filled and sealed with the slurry mixture prior to surfacing. Cracks that show evidence of vegetation shall be cleaned and treated with an approved herbicide. 626-4.5 APPLICATION OF SLURRY SEAL COAT The surface shall be prewet by fogging ahead of the slurry spreader box. Water used in prewetting the surface shall be applied at such a rate that the entire surface is damp with no apparent flowing water in front of the slurry spreader box. The slurry mixture shall be of the desired consistency when deposited on the surface, and no additional elements shall be added. Total time of mixing shall not exceed 2 minutes A sufficient amount of slurry shall be carried in all parts of the spreader box at all times so that complete coverage of all surface voids and cracks is obtained. Care shall be taken not to overload the spreader box that shall be towed at a slow and uniform rate not to exceed 5 miles per hour (8 km per hour). No lumping, balling, or unmixed aggregate shall be permitted. No segregation of the emulsion and fines from the coarse aggregate will be permitted If the coarse aggregate settles to the bottom of the mix, the slurry shall be removed from the pavement surface A sufficient amount of slurry shall be fed into the box to keep a full supply against the full width of the spreader box. The mixture shall not be permitted to overflow the sides of the spreader box. No breaking of the emulsion will be allowed in the spreader box. The finished surface shall have no more than four (4) tear or drag marks greater than 1/2 in (13 mm) wide and 4 in (100 mm) long in any 12 ft by 22 ft (25 sq meter) section. It shall have no tear or drag marks greater than 1 in (25 mm) wide and 3 in (15 mm) long. The finished surface shall have no transverse ripples of 1/4 in (6 mm) or more in depth, as measured with a 10 ft (3 meter) straight edge laid upon the surface. Adjacent lanes shall be lapped at the edges a minimum of 2 in (50 mm) with a maximum of 4 in (100 mm) to provide complete sealing at the overlap. Construction longitudinal and transverse joints shall be neat and uniform without buildup, uncovered areas, or unsightly appearance. All joints shall have no more than 1/4 in (6 mm) difference in elevation when measured across with a 10 ft (3 meter) straight edge. The fresh slurry seal application shall be protected by barricades and markers and permitted to dry for 4 to 24 hours, depending on weather conditions. Any damage to uncured slurry shall be repaired at the expense of the Contractor. In areas where the spreader box cannot be used, the slurry shall be applied by means of a hand squeegee. Upon completion of the work, the seal coat shall have no holes, bare spots, or cracks through which liquids or foreign matter could penetrate to the underlying pavement. The finished surface shall present a uniform and skid resistant texture satisfactory to the Engineer. All wasted and unused material and all debris shall be removed from the site prior to final acceptance Upon completion of the project, the Contractor shall sweep the finished surface with a conventional power rotary broom, to remove any potential loose material from the surface The material removed by sweeping shall be disposed of in a manner satisfactory to the Engineer. 626-4.6 EMULSION MATERIAL (CONTRACTOR'S RESPONSIBILITY) Samples of the emulsion that the Contractor proposes to use, together with a statement as to its source, shall be submitted, and approval shall be obtained before using such material The Contractor shall submit to the Engineer a manufacturer's certified report for each consignment of the emulsion. The manufacturer's certified report shall not be interpreted as a basis for final acceptance All such reports shall be subject to verification by testing samples of the emulsion as received for use on the project. METHOD OF MEASUREMENT 626-5.1 The emulsified asphalt shall be measured by the ton. Only the actual quantity of undiluted emulsified asphalt will be measured for payment. G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-41 626-5.2 Aggregate shall be measured by the ton (kg) of dry aggregate. 626-5.3 Crack sealing of asphalt is incidental BASIS OF PAYMENT 626-6.1 Payment shall be made at the contract unit price per ton for the emulsified asphalt and at the contract price per ton (kg). These prices shall be full compensation for furnishing all materials, for preparing, mixing, and applying these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment: will be made under: Item P-626-6.1 Emulsified Asphalt for Slurry Coat -per ton TESTING REQUIREMENTS ASTM C 88 ASTM C 117 ASTM C 128 ASTM C 131 ASTM C 136 ASTM D 75 ASTM D 2419 ISSA A 105 ISSA TB -100 ISSA TB -106 ISSA TB 111 ISSA TB -115 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate Materials Finer than No. 200 Sieve in Mineral Aggregates by Washing Density, Relative Density (Specific Gravity), and Absorption of Fine Aggregate Resistance to Degradation of Small Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine Sieve or Screen Analysis of Fine and Coarse Aggregates Sampling Aggregates Sand Equivalent Value of Soils and Fine Aggregate Recommended Performance Guidelines Wet Track Abrasion Loss Slurry Seal Consistency Outline Guide Design Procedure for Slurry Seal Determination of Slurry Seal Compatibility MATERIAL REQUIREMENTS ASTM D 242 ASTM D 977 ASTM D 2397 Mineral Filler for Bituminous Paving Mixtures Emulsified Asphalt Cationic Emulsified Asphalt G:\PROJECTS\2011\11050\Specs\2013-09-11 Spec Terminal Apron Rehabilitation Project Specifications.Docx 9-42 SECTION 10 - APPENDIX 1 1 1 1 1 1 11 1 1 1 11 1 1 U.S. Department of Transportation Federal Aviation Administration Advisory Circular Subject: Operational Safety on Date: 9/29/11 AC No: 150/5370-2F Airports During Construction Initiated by: AAS -100 1. Purpose. This AC sets forth guidelines for operational safety on airports during construction. 2. What this AC Cancels. This AC cancels AC 150/5370-2E, Operational Safety on Airports During Construction, dated January 17, 2003. 3. Whom This AC Affects. This AC assists airport operators in complying with Title 14 Code of Federal Regulations (CFR) Part 139, Certification of Airports (Part 139). For those certificated airports, this AC provides one way, but not the only way, of meeting those requirements. The use of this AC is mandatory for those airport construction projects receiving funds under the Airport Improvement Program (AIP) or the Passenger Facility Charge (PFC) Program. See Grant Assurance No. 34, "Policies, Standards, and Specifications," and PFC Assurance No. 9, "Standard and Specifications." While we do not require non -certificated airports without grant agreements to adhere to these guidelines, we recommend that they do so to help these airports maintain operational safety during construction. 4. Principal Changes. a. Construction activities are prohibited in safety areas while the associated runway or taxiway is open to aircraft. b. Guidance is provided in incorporating Safety Risk Management. c. Recommended checklists are provided for writing Construction Safety and Phasing Plans and for daily inspections. 5. Reading Material Related to this AC. Numerous ACs are referenced in the text of this AC. These references do not include a revision letter, as they are to be read as referring to the latest version. Appendix 1 contains a list of reading material on airport construction, design, and potential safety hazards during construction, as well as instructions for obtaining these documents. Michael J. ! 1 onnell Director of Airport Safety and Standards AC 150/5370-2F September 29, 2011 Intentionally Left Blank ii September 29, 2011 AC 150/5370-2F Table of Contents Chapter 1. Planning an Airfield Construction Project 1 101. Overview. 1 102. Plan for Safety. 1 103. Develop a Construction Safety and Phasing Plan (CSPP). 2 104. Who Is Responsible for Safety During Construction? 3 Chapter 2. Construction Safety and Phasing Plans 7 201. Overview. 7 202. Assume Responsibility. 7 203. Submit the CSPP. 7 204. Meet CSPP Requirements. 7 205. Coordination. 11 206. Phasing. 11 207. Areas and Operations Affected by Construction Activity. 12 208. Navigation Aid (NAVAID) Protection. 13 209. Contractor Access. 13 210. Wildlife Management. 15, 211. Foreign Object Debris (FOD) Management. 16 212. Hazardous Materials (HAZMAT) Management. 16 213. Notification of Construction Activities. 16 214. Inspection Requirements. 17 215. Underground Utilities. 17 216. Penalties. 17 217. Special Conditions. 17 218. Runway and Taxiway Visual Aids. 18 219. Marking and Signs for Access Routes. 24 220. Hazard Marking, Lighting and Signing. 24 221. Protection of Runway and Taxiway Safety Areas. 26 222. Other Limitations on Construction. 28 Chapter 3. Guidelines for Writing a CSPP 31 301. General Requirements. 31 302. Applicability of Subjects. 31 303. Graphical Representations. 31 304. Reference Documents. 31 305. Restrictions. 31 306. Coordination. 31 307. Phasing. 32 308. Areas and Operations Affected By Construction. 32 309. Navigation Aid (NAVAID) Protection. 33 310. Contractor Access. 33 311. Wildlife Management. 34 312. Foreign Object Debris (FOD) Management. 34 313. Hazardous Materials (HAZMAT) Management. 34 314. Notification of Construction Activities. 35 315. Inspection Requirements. 35 316. Underground Utilities. 35 317. Penalties. 35 318. Special Conditions. 35 319. Runway and Taxiway Visual Aids. 35 320. Marking and Signs for Access Routes. 36 321. Hazard Marking and Lighting. 36 322. Protection of Runway and Taxiway Safety Areas. 36 323. Other Limitations on Construction. 36 Appendix 1. Related Reading Material 37 111 AC 150/5370-2F September 29, 2011 Appendix 2. Appendix 3. Appendix 4. Definition of Terms Safety and Phasing Plan Checklist Construction Project Daily Safety Inspection Checklist 39 43 51 List of Tables Table 3-1 Sample Operations Effects 32 List of Figures Figure 2-1 Markings for a Temporarily Closed Runway 19 Figure 2-2 Taxiway Closure 20 Figure 2-3 Lighted X in Daytime 22 Figure 2-4 Lighted X at Night 22 Figure 2-5 Interlocking Barricades 25 Figure 2-6 Low Profile Barricades 25 iv 1 r 1 1 it 11 1 0 11 September 29, 2011 AC 150/5370-2F Chapter 1. Planning an Airfield Construction Project 101. Overview. Airports are complex environments, and procedures and conditions associated with construction activities often affect aircraft operations and can jeopardize operational safety. Safety considerations are paramount and may make operational impacts unavoidable. However, careful planning, scheduling, and coordination of construction activities can minimize disruption of normal aircraft operations and avoid situations that compromise the airport's operational safety. The airport operator must understand how construction activities and aircraft operations affect one another to be able to develop an effective plan to complete the project. While the guidance in this AC is primarily used for construction operations, some of the concepts, methods and procedures described may also enhance the day-to-day airport maintenance operations, such as lighting maintenance and snow removal operations. 102. Plan for Safety. Safety, maintaining aircraft operations, and construction costs are all interrelated. Since safety must not be compromised, the airport operator must strike a balance between maintaining aircraft operations and construction costs. This balance will vary widely depending on the operational needs and resources of the airport and will require early coordination with airport users and the FAA. As the project design progresses, the necessary construction locations, activities, and associated costs will be identified. As they are identified, their impact to airport operations must be assessed. Adjustments are made to the proposed construction activities, often by phasing the project, and/or to airport operations in order to maintain operational safety. This planning effort will ultimately result in a project Construction Safety and Phasing Plan (CSPP). The development of the CSPP takes place through the following five steps: a. Identify Affected Areas. The airport operator must determine the geographic areas on the airport affected by the construction project. Some, such as a runway extension, will be defined by the project. Others may be variable, such as the location of haul routes and material stockpiles. b. Describe Current Operations. Identify the normal airport operations in each affected area for each phase of the project. This becomes the baseline from which the impact on operations by construction activities can be measured. This should include a narrative of the typical users and aircraft operating within the affected areas. It should also include information related to airport operations: the Aircraft Reference Code (ACRC) for each runway; Airplane Design Group (ADG) and Taxiway Design Group (TDG)' for each affected taxiway; designated approach visibility minimums; available approach and departure procedures; most demanding aircraft; declared distances; available air traffic control services; airport Surface Movement Guidance and Control System plan; and others. The applicable seasons, days and times for certain operations should also be identified as applicable. c. Allow for Temporary Changes to Operations. To the extent practical, current airport operations should be maintained during the construction. In consultation with airport users, Aircraft Rescue and Fire Fighting (ARFF) personnel, and FAA Air Traffic Organization (ATO) personnel, the airport operator should identify and prioritize the airport's most important operations. The construction activities should be planned, through project phasing if necessary, to safely accommodate these operations. When the construction activities cannot be adjusted to safely maintain current operations, regardless of their importance, then the operations must be revised accordingly. Allowable changes include temporary revisions to approach procedures, restricting certain aircraft to specific runways and taxiways, suspension of certain operations, decreased weights for some aircraft due to shortened runways, ' Taxiway Design Group will be introduced in AC 150/5300-13A. 1 Chapter 1 Planning an Airfield Construction Project AC 150/5370-2F September 29, 2011 and other changes. An example of a table showing temporary operations versus current operations is shown in Table 3-1 Sample Operations Effects. d. Take Required Measures to Revised Operations. Once the level and type of aircraft operations to be maintained are identified, the airport operator must determine the measures required to safely conduct the planned operations during the construction. These measures will result in associated costs, which can be broadly interpreted to include not only direct construction costs, but also loss of revenue from :impacted operations. Analysis of costs may indicate a need to reevaluate allowable changes to operations. As aircraft operations and allowable changes will vary so widely among airports, this AC presents general guidance on those subjects. e. Manage Safety Risk. Certain airport projects may require the airport operator to provide a Project Proposal Summary to help the FAA to determine the appropriate level of Safety Risk Management (SRM) documentation. The airport operator must coordinate with the appropriate FAA Airports Regional or District Office early in the development of the CSPP to determine the need for SRM docurnentation. See FAA Order 5200.11, FAA Airports (ARP) Safety Management System (SMS), for more information. If the FAA requires SRM documentation, the airport operator must at a minimum: (1) Notify the appropriate FAA Airports Regional or District Office during the project "scope development" phase of any project requiring a CSPP. (2) Provide documents identified by the FAA as necessary to conduct SRM. (3) Participate in the SRM process for airport projects. (4) Provide a representative to participate on the SRM panel. (5) Ensure that all applicable SRM identified risks elements are recorded and mitigated within the CSPP. 103. Develop a Construction Safety and Phasing Plan (CSPP). Development of an effective CSPP will require familiarity with many other documents referenced throughout this AC. See Appendix 1, Related Reading Material for a list of related reading material. a. List Requirements. A CSPP must be developed for each on -airfield construction project funded by the Airport Improvement Program (AIP) or the Passenger Facility Charge (PFC) program or located on an airport certificated under Part 139. As per Order 5200.11, such projects do not include construction, rehabilitation, or change of any facility that is entirely outside the air operations area, does not involve any expansion of the facility envelope and does not involve construction equipment, haul routes or placement of material in locations that require access to the air operations area, increase the facility envelope, or impact line -of -sight. Such facilities may include passenger terminals and parking or other structures. However, extraordinary circumstances may trigger the need for a Safety Assessment and a CSPP. The CSPP is subject to subsequent review and approval under the FAA's Safety Risk Management procedures (see paragraph 102.e above). Additional information may be found in Order 5200.11 b. Prepare a Safety Plan Compliance Document. The Safety Plan Compliance Document (SPCD) details how the contractor will comply with the CSPP. Also, it will not be possible to determine all safety plan details (for example specific hazard equipment and lighting, contractor's points of contact, construction equipment heights) during the development of the CSPP. The successful contractor must define such details by preparing an SPCD that the airport operator reviews for approval prior to issuance of a notice -to -proceed. The SPCD is a subset of the CSPP, similar to how a shop drawing review is a subset to the technical specifications. Chapter 1 Planning an Airfield Construction Project 2 September 29, 2011 AC 150/5370-2F c. Assume Responsibility for the CSPP. The airport operator is responsible for establishing and enforcing the CSPP. The airport operator may use the services of an engineering consultant to help develop the CSPP. However, writing the CSPP cannot be delegated to the construction contractor. Only those details the airport operator determines cannot be addressed before contract award are developed by the contractor and submitted for approval as the SPCD. The SPCD does not restate nor propose differences to provisions already addressed in the CSPP. 104. Who Is Responsible for Safety During Construction? a. Establish a Safety Culture. Everyone has a role in operational safety on airports during construction: the airport operator, the airport's consultants, the construction contractor and subcontractors, airport users, airport tenants, ARFF personnel, Air Traffic personnel, including Technical Operations personnel, FAA Airports Division personnel, and others. Close communication and coordination between all affected parties is the key to maintaining safe operations. Such communication and coordination should start at the project scoping meeting and continue through the completion of the project. The airport operator and contractor should conduct onsite safety inspections throughout the project and immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. b. Assess Airport Operator's Responsibilities. An airport operator has overall responsibility for all activities on an airport, including construction. This includes the predesign, design, preconstruction, construction, and inspection phases. Additional information on the responsibilities listed below can be found throughout this AC. The airport operator must: (1) Develop a CSPP that complies with the safety guidelines of Chapter 2, Construction Safety and Phasing Plans, and Chapter 3, Guidelines for Writing a CSPP. The airport operator may develop the CSPP internally or have a consultant develop the CSPP for approval by the airport operator. For tenant sponsored projects, approve a CSPP developed by the tenant or its consultant. (2) Require, review and approve the SPCD by the contractor that indicates how it will comply with the CSPP and provides details that cannot be determined before contract award. (3) Convene a preconstruction meeting with the construction contractor, consultant, airport employees and, if appropriate, tenant sponsor and other tenants to review and discuss project safety before beginning construction activity. The appropriate FAA representatives should be invited to attend the meeting. See AC 150/5300-9, Predesign, Prebid, and Preconstruction Conferences for Airport Grant Projects. (Note "FAA" refers to the Airports Regional or District Office, the Air Traffic Organization, Flight Standards Service, and other offices that support airport operations, flight regulations, and construction/environmental policies.) (4) Ensure contact information is accurate for each representative/point of contact identified in the CSPP and SPCD. (5) Hold weekly or, if necessary, daily safety meetings with all affected parties to coordinate activities. (6) Notify users, ARFF personnel, and FAA ATO personnel of construction and conditions that may adversely affect the operational safety of the airport via Notices to Airmen (NOTAM) and other methods, as appropriate. Convene a meeting for review and discussion if necessary. (7) Ensure construction personnel know of any applicable airport procedures and of changes to those procedures that may affect their work. (8) Ensure construction contractors and subcontractors undergo training required by the CSPP and SPCD. 3 Chapter 1 Planning an Airfield Construction Project AC 150/5370-2F September 29, 2011 (9) Ensure vehicle and pedestrian operations addressed in the CSPP and SPCD are coordinated with airport tenants, the airport traffic control tower (ATCT), and construction contractors. (10) At certificated airports, ensure each CSPP and SPCD is consistent with Part 139. (11) Conduct inspections sufficiently frequently to ensure construction contractors and tenants comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. (12) Resolve safety deficiencies immediately. At airports subject to 49 CFR Part 1542, Airport Security, ensure construction access complies with the security requirements of that regulation. (13) Notify appropriate parties when conditions exist that invoke provisions of the CSPP and SPCD (for example, implementation of low -visibility operations). (14) Ensure prompt submittal of a Notice of Proposed Construction or Alteration (Form 7460-1) for conducting an aeronautical study of potential obstructions such as tall equipment (cranes, concrete pumps, other.), stock piles, and haul routes. A separate form may be filed for each potential obstruction, or one form may be filed describing the entire construction area and maximum equipment height. In the latter case, a separate form must be filed for any object beyond or higher than the originally evaluated area/height. The FAA encourages online submittal of forms for expediency. The appropriate FAA Airports Regional or District Office can provide assistance in determining which objects require an aeronautical study. (15) Promptly notify the FAA Airports Regional or District Office of any proposed changes to the CSPP prior to implementation of the change. Changes to the CSPP require review and approval by the airport operator and the FAA. Coordinate with appropriate local and other federal government agencies, such as EPA, OSHA, TSA, and the state environmental agency. c. Define Construction Contractor's Responsibilities. The contractor is responsible for complying with the CSPP and SPCD. The contractor must: (1) Submit a Safety Plan Compliance Document (SPCD) to the airport operator describing how it will comply with the requirements of the CSPP and supplying any details that could not be determined before contract award. The SPCD must include a certification statement by the contractor that indicates it understands the operational safety requirements of the CSPP and it asserts it will not deviate from the approved CSPP and SPCD unless written approval is granted by the airport operator. Any construction practice proposed by the contractor that does not conform to the CSPP and SPCD may impact the airport's operational safety and will require a revision to the CSPP and SPCD and re - coordination with the airport operator and the FAA in advance. (2) Have available at all times copies of the CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractors and contractor employees. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. Provide a point of contact who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. Many projects will require 24-hour coverage. (4) Identify in the SPCD the contractor's on-site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on- site whenever active construction is taking place. (5) Conduct inspections sufficiently frequently to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. Chapter 1 Planning an Airfield Construction Project 4 September 29, 2011 AC 150/5370-2F (6) Restrict movement of construction vehicles and personnel to permitted construction areas by flagging, barricading, erecting temporary fencing, or providing escorts, as appropriate and as specified in the CSPP and SPCD. (7) Ensure that no contractor employees, employees of subcontractors or suppliers, or other persons enter any part of the air operations area (AOA) from the construction site unless authorized. (8) Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other equipment), stock piles, and haul routes when different from cases previously filed by the airport operator. The FAA encourages online submittal of forms for expediency. d. Define Tenant's Responsibilities if planning construction activities on leased property. Airport tenants, such as airline operators, fixed base operators, and FAA ATO/Technical Operations sponsoring construction must: (1) Develop, or have a consultant develop, a project specific CSPP and submit it to the airport operator for certification and subsequent approval by the FAA. The approved CSPP must be made part of any contract awarded by the tenant for construction work. (2) In coordination with its contractor, develop an SPCD and submit it to the airport operator for approval to be issued prior to issuance of a Notice to Proceed. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. (4) Provide a point of contact of who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. (5) Identify in the SPCD the contractor's on-site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on- site whenever active construction is taking place. (6) Ensure that no tenant or contractor employees, employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. (7) Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or providing escorts, as appropriate, and as specified in the CSPP and SPCD. (8) Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other.), stock piles, and haul routes. The FAA encourages online submittal of forms for expediency. 5 Chapter 1 Planning an Airfield Construction Project AC 150/5370-2F September 29, 2011 Intentionally Left Blank Chapter 1 Planning an Airfield Construction Project 1 1 1 1 1 1 1 1 1 1 1 1 September 29, 2011 AC 150/5370-2F Chapter 2. Construction Safety and Phasing Plans Section 1. Basic Considerations 201. Overview. Aviation safety is the primary consideration at airports, especially during construction. The airport operator's Construction Safety and Phasing Plan (CSPP) and the contractor's Safety Plan Compliance Document (SPCD) are the primary tools to ensure safety compliance when coordinating construction activities with airport operations. These documents identify all aspects of the construction project that pose a potential safety hazard to airport operations and outline respective mitigation procedures for each hazard. They must provide all information necessary for the Airport Operations department to conduct airfield inspections and expeditiously identify and correct unsafe conditions during construction. All aviation safety provisions included within the project drawings, contract specifications, and other related documents must also be reflected in the CSPP and SPCD. 202. Assume Responsibility. Operational safety on the airport remains the airport operator's responsibility at all times. The airport operator must develop, certify, and submit for FAA approval each CSPP. It is the airport operator's responsibility to apply the requirements of the FAA approved CSPP. The airport operator must revise the CSPP when conditions warrant changes and must submit the revised CSPP to the FAA for approval. The airport operator must also require and approve a SPCD from the project contractor. 203. Submit the CSPP. Construction Safety and Phasing Plans should be developed concurrently with the project design. Milestone versions of the CSPP should be submitted for review and approval as follows. While these milestones are not mandatory, early submission will help to avoid delays. Submittals are preferred in 8.5 x 11 in or 11 x 17 in format for compatibility with the FAA's Obstruction Evaluation / Airport Airspace Analysis (OE / AAA) process. a. Submit an Outline/Draft. By the time approximately 25% to 30% of the project design is completed, the principal elements of the CSPP should be established. Airport operators are encouraged to submit an outline or draft, detailing all CSPP provisions developed to date, to the FAA for review at this stage of the project design. b. Submit a Construction Safety and Phasing Plan (CSPP). The CSPP should be formally submitted for FAA approval when the project design is 80% to 90% complete. Since provisions in the CSPP will influence contract costs, it is important to obtain FAA approval in time to include all such provisions in the procurement contract. c. Submit a Safety Plan Compliance Document (SPCD). The contractor should submit the SPCD to the airport operator for approval to be issued prior to the Notice to Proceed. d. Submit CSPP Revisions. All revisions to the CSPP or SPCD should be submitted to the FAA for approval as soon as required changes are identified. 204. Meet CSPP Requirements. a. To the extent possible, the CSPP should address the following as outlined in Section 2, Plan Requirements and Chapter 3, Guidelines for Writing a CSPP, as appropriate. Details that cannot be determined at this stage are to be included in the SPCD. (1) Coordination. 7 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F (a) Contractor progress meetings. (b) Scope or schedule changes. (c) FAA ATO coordination. (2) Phasing. (a) Phase elements. (b) Construction safety drawings Areas and operations affected by the construction activity. (a) Identification of affected areas. (b) Mitigation of effects. (4) Protection of navigation aids (NAVAIDs). (5) Contractor access. (a) Location of stockpiled construction materials. (b) Vehicle and pedestrian operations. (6) Wildlife management. (a) Trash. (b) Standing water. (c) Tall grass and seeds. (d) Poorly maintained fencing and gates. (e) Disruption of existing wildlife habitat. Foreign Object Debris (FOD) management. Hazardous materials (HAZMAT) management Notification of construction activities. (a) Maintenance of a list of responsible representatives/ points of contact. (b) Notices to Airmen (NOTAM). (c) Emergency notification procedures. (d) Coordination with ARFF Personnel. (e) Notification to the FAA. (10) Inspection requirements. (a) Daily (or more frequent) inspections. (b) Final inspections. (11) Underground utilities. (12) Penalties. (13) Special conditions. (14) Runway and taxiway visual aids. Marking, lighting, signs, and visual NAVAIDs. (3) (7) (8) (9) September 29, 2011 Chapter 2 Construction Safety and Phasing Plans 8 September 29, 2011 (a) General. (b) Markings. (c) Lighting and visual NAVAIDs. (d) Signs. (15) Marking and signs for access routes. (16) Hazard marking and lighting. (a) Purpose. (b) Equipment. (17) Protection. Of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces (a) Runway Safety Area (RSA). (b) Runway Object Free Area (ROFA). (c) Taxiway Safety Area (TSA). (d) Taxiway Object Free Area (TOFA). (e) Obstacle Free Zone (OFZ). (f) Runway approach/departure surfaces. (18) Other limitations on construction. (a) Prohibitions. (b) Restrictions. AC 150/5370-2F b. The Safety Plan Compliance Document (SPCD) should include a general statement by the construction contractor that he/she has read and will abide by the CSPP. In addition, the SPCD must include all supplemental information that could not be included in the CSPP prior to the contract award. The contractor statement should include the name of the contractor, the title of the project CSPP, the approval date of the CSPP, and a reference to any supplemental information (that is, "I , Name of Contractor , have read the Title of Project CSPP, approved on Date , and will abide by it as written and with the following additions as noted:"). The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title. If no supplemental information is necessary for any specific subject, the statement, "No supplemental information," should be written after the corresponding subject title. The SPCD should not duplicate information in the CSPP: (1) Coordination. Discuss details of proposed safety meetings with the airport operator and with contractor employees and subcontractors. (2) Phasing. Discuss proposed construction schedule elements, including: (a) Duration of each phase. (b) Daily start and finish of construction, including "night only" construction. (c) Duration of construction activities during: (i) Normal runway operations. (ii) Closed runway operations. 9 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 (iii) Modified runway "Aircraft Reference Code" usage. Areas and operations affected by the construction activity. These areas and operations (3) should be identified in the CSPP and should not require an entry in the SPCD. (4) Protection of NAVAIDs. Discuss specific methods proposed to protect operating NAVAIDs. (5) Contractor access. Provide the following: (a) Details on how the contractor will maintain the integrity of the airport security fence (gate guards, daily log of construction personnel, and other). (b) Listing of individuals requiring driver training (for certificated airports and as requested). (c) Radio communications. (i) Types of radios and backup capabilities. (ii) Who will be monitoring radios. (iii) Whom to contact if the ATCT cannot reach the contractor's designated person by radio. (d) Details on how the contractor will escort material delivery vehicles. (6) Wildlife management. Discuss the following: (a) Methods and procedures to prevent wildlife attraction. (b) Wildlife reporting procedures. (7) Foreign Object Debris (FOD) management. Discuss equipment and methods for control of FOD, including construction debris and dust. (8) Hazardous material (HAZMAT) management. Discuss equipment and methods for responding to hazardous spills. (9) Notification of construction activities. Provide the following: (a) Contractor points of contact. (b) Contractor emergency contact. (c) Listing of tall or other requested equipment proposed for use on the airport and for submitting 7460-1 forms not previously submitted by the airport operator. (d) Batch plant details, including 7460-1 submittal. Inspection requirements. Discuss daily (or more frequent) inspections and special cedures. the timeframe (10) inspection pro (11) underground (12) the SPCD. (13) Special conditions. Discuss proposed actions for each special condition identified in the CSPP. Underground utilities. Discuss proposed methods of identifying and protecting utilities. Penalties. Penalties should be identified in the CSPP and should not require an entry in (14) Runway and taxiway visual aids. Including marking, lighting, signs, and visual NAVAIDs. Discuss proposed visual aids including the following: Chapter 2 Construction Safety and Phasing Plans 10 September 29, 2011 AC 150/5370-2F (a) Equipment and methods for covering signage and airfield lights. (b) Equipment and methods for temporary closure markings (paint, fabric, other). (c) Types of temporary Visual Guidance Slope Indicators (VGSI). (15) Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. (16) Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas. (17) Protection of runway and taxiway safety areas. including object free areas, obstacle free zones, and approach/departure surfaces. Discuss proposed methods of identifying, demarcating, and protecting airport surfaces including: (a) Equipment and methods for maintaining Taxiway Safety Area standards. (b) Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. (18) Other limitations on construction should be identified in the CSPP and should not require an entry in the SPCD. Section 2. Plan Requirements 205. Coordination. Airport operators, or tenants conducting construction on their leased properties, should use predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction (see AC 150/5300-9). In addition, the following should be coordinated as required: a. Contractor Progress Meetings. Operational safety should be a standing agenda item for discussion during progress meetings throughout the project. b. Scope or Schedule Changes. Changes in the scope or duration of the project may necessitate revisions to the CSPP and review and approval by the airport operator and the FAA. c. FAA ATO Coordination. Early coordination with FAA ATO is required to schedule airway facility shutdowns and restarts. Relocation or adjustments to NAVAIDs, or changes to final grades in critical areas, may require an FAA flight inspection prior to restarting the facility. Flight inspections must be coordinated and scheduled well in advance of the intended facility restart. Flight inspections may require a reimbursable agreement between the airport operator and FAA ATO. Reimbursable agreements should be coordinated a minimum of 12 months prior to the start of construction. (See 213.e(3)(b) for required FAA notification regarding FAA owned NAVAIDs.) 206. Phasing. Once it has been determined what types and levels of airport operations will be maintained, the most efficient sequence of construction may not be feasible. In such a case, the sequence of construction may be phased to gain maximum efficiency while allowing for the required operations. The development of the resulting construction phases should be coordinated with local Air Traffic personnel and airport users. The sequenced construction phases established in the CSPP must be incorporated into the project design and must be reflected in the contract drawings and specifications. a. Phase Elements. For each phase the CSPP should detail: • Areas closed to aircraft operations 11 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 • Duration of closures • Taxi routes • ARFF access routes • Construction staging areas • Construction access and haul routes • Impacts to NAVAIDs • Lighting and marking changes • Available runway length • Declared distances (if applicable) • Required hazard marking and lighting • Lead times for required notifications b. Construction Safety Drawings. Drawings specifically indicating operational safety procedures and methods in affected areas (that is, construction safety drawings) should be developed for each construction phase. Such drawings should be included in the CSPP as referenced attachments and should likewise be included in the contract drawing package. 207. Areas and Operations Affected by Construction Activity. Runways and taxiways should remain in use by aircraft to the maximum extent possible without compromising safety. Pre -meetings with the FAA Air Traffic Organization (ATO) will support operational simulations. See Chapter 3 for an example of a table showing temporary operations versus current operations. a. Identification of Affected Areas. Identifying areas and operations affected by the construction will help to determine possible safety problems. The affected areas should be indentified in the construction safety drawings for each construction phase. (See 206.b above.) Of particular concern are: (1) Closing, or partial closing, of runways, taxiways and aprons. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing, landing, or taking off in either direction on that pavement is prohibited. A displaced threshold, by contrast, is established to ensure obstacle clearance and adequate safety area for landing aircraft. The pavement prior to the displaced threshold is available for take -off in the direction of the displacement and for landing and taking off in the opposite direction. Misunderstanding this difference, and issuance of a subsequently inaccurate NOTAM, can lead to a hazardous condition. (2) (3) (4) (5) Closing of Aircraft Rescue and Fire Fighting access routes. Closing of access routes used by airport and airline support vehicles. Interruption of utilities, including water supplies for fire fighting. Approach/departure surfaces affected by heights of objects. (6) Construction areas, storage areas, and access routes near runways, taxiways, aprons, or helipads. b. Mitigation of Effects. Establishment of specific procedures is necessary to maintain the safety and efficiency of airport operations. The CSPP must address: (1) Temporary changes to runway and/or taxi operations. (2) Detours for ARFF and other airport vehicles. Chapter 2 Construction Safety and Phasing Plans 12 September 29, 2011 AC 150/5370-2F (3) Maintenance of essential utilities. (4) Temporary changes to air traffic control procedures. Such changes must be coordinated with the ATO. 208. Navigation Aid (NAVAID) Protection. Before commencing construction activity, parking vehicles, or storing construction equipment and materials near a NAVAID, coordinate with the appropriate FAA ATO/Technical Operations office to evaluate the effect of construction activity and the required distance and direction from the NAVAID. (See paragraph 213.e(3) below.) Construction activities, materials/equipment storage, and vehicle parking near electronic NAVAIDs require special consideration since they may interfere with signals essential to air navigation. If any NAVAID may be affected, the CSPP and SPCD must show an understanding of the "critical area" associated with each NAVAID and describe how it will be protected. Where applicable, the operational critical areas of NAVAIDs should be graphically delineated on the project drawings. Pay particular attention to stockpiling material, as well as to movement and parking of equipment that may interfere with line of sight from the ATCT or with electronic emissions. Interference from construction equipment and activities may require NAVAID shutdown or adjustment of instrument approach minimums for low visibility operations. This condition requires that a NOTAM be filed (see paragraph 213.b below). Construction activities and materials/equipment storage near a NAVAID must not obstruct access to the equipment and instruments for maintenance. Submittal of a 7460-1 form is required for construction vehicles operating near FAA NAVAIDs. (See paragraph 213.e(1) below.) 209. Contractor Access. The CSPP must detail the areas to which the contractor must have access, and explain how contractor personnel will access those areas. Specifically address: a. Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are not permitted within the RSA and OFZ, and if possible should not be permitted within the Object Free Area (OFA) of an operational runway. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. The airport operator must ensure that stockpiled materials and equipment adjacent to these areas are prominently marked and lighted during hours of restricted visibility or darkness. (See paragraph 218.b below.) This includes determining and verifying that materials are stabilized and stored at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of wildlife and foreign object damage. See paragraphs 210 and 211 below. b. Vehicle and Pedestrian Operations. The CSPP should include specific vehicle and pedestrian requirements. Vehicle and pedestrian access routes for airport construction projects must be controlled to prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the AOA. The airport operator should coordinate requirements for vehicle operations with airport tenants, contractors, and the FAA air traffic manager. In regard to vehicle and pedestrian operations, the CSPP should include the following, and detail associated training requirements: (1) Construction site parking. Designate in advance vehicle parking areas for contractor employees to prevent any unauthorized entry of persons or vehicles onto the AOA. These areas should provide reasonable contractor employee access to the job site. (2) Construction equipment parking. Contractor employees must park and service all construction vehicles in an area designated by the airport operator outside the OFZ and never in the safety area of an active runway or taxiway. Unless a complex setup procedure makes movement of specialized equipment infeasible, inactive equipment must not be parked on a closed taxiway or runway. If it is necessary to leave specialized equipment on a closed taxiway or runway at night, the equipment must be well lighted. Employees should also park construction vehicles outside the OFA when not in use by 13 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 construction personnel (for example, overnight, on weekends, or during other periods when construction is not active). Parking areas must not obstruct the clear line of sight by the ATCT to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or navigation aids. The FAA must also study those areas to determine effects on airport design criteria, surfaces established by 14 CFR Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace (Part 77), and on NAVAIDs and Instrument Approach Procedures (IAP). See paragraph 213.e(1) below for further information. (3) Access and haul roads. Determine the construction contractor's access to the construction sites and haul roads. Do not permit the construction contractor to use any access or haul roads other than those approved. Access routes used by contractor vehicles must be clearly marked to prevent inadvertent entry to areas open to airport operations. Pay special attention to ensure that if construction traffic is to share or cross any ARFF routes that ARFF right of way is not impeded at any time, and that construction traffic on haul roads does not interfere with NAVAIDs or approach surfaces of operational runways. (4) Marking and lighting of vehicles in accordance with AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. (5) Description of proper vehicle operations on various areas under normal, lost communications, and emergency conditions. (6) Required escorts. (7) Training requirements for vehicle drivers to ensure compliance with the airport operator's vehicle rules and regulations. Specific training should be provided to those vehicle operators providing escorts. See AC 150/5210-20, Ground Vehicle Operations on Airports, for information on training and records maintenance requirements. (8) Situational awareness. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position (either in the air or on the ground) when given clearance to cross a runway, taxiway, or any other area open to airport operations. In addition, it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. (9) Two-way radio communication procedures. (a) General. The airport operator must ensure that tenant and construction contractor personnel engaged in activities involving unescorted operation on aircraft movement areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without ATCT. When operating vehicles on or near open runways or taxiways, construction personnel must understand the critical importance of maintaining radio contact, as directed by the airport operator, with: (i) Airport operations (ii) ATCT (iii) Common Traffic Advisory Frequency (CTAF), which may include UNICOM, MULTICOM. (iv) Automatic Terminal Information Service (ATIS). This frequency is useful for monitoring conditions on the airport. Local air traffic will broadcast information regarding construction related runway closures and "shortened" runways on the ATIS frequency. (b) Areas requiring two-way radio communication with the ATCT. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport. Chapter 2 Construction Safety and Phasing Plans 14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 September 29, 2011 AC 150/5370-2F (c) Frequencies to be used. The airport operator will specify the frequencies to be used by the contractor, which may include the CTAF for monitoring of aircraft operations. Frequencies may also be assigned by the airport operator for other communications, including any radio frequency in compliance with Federal Communications Commission requirements. At airports with an ATCT, the airport operator will specify the frequency assigned by the ATCT to be used between contractor vehicles and the ATCT. (d) Proper radio usage, including read back requirements. (e) Proper phraseology, including the International Phonetic Alphabet. (f) Light gun signals. Even though radio communication is maintained, escort vehicle drivers must also familiarize themselves with ATCT light gun signals in the event of radio failure. See the FAA safety placard "Ground Vehicle Guide to Airport Signs and Markings." This safety placard may be downloaded through the Runway Safety Program Web site at http://www.faa.gov/airports/ runway safety/publications/ (See "Signs & Markings Vehicle Dashboard Sticker".) or obtained from the FAA Airports Regional Office. (10) Maintenance of the secured area of the airport, including: (a) Fencing and gates. Airport operators and contractors must take care to maintain security during construction when access points are created in the security fencing to permit the passage of construction vehicles or personnel. Temporary gates should be equipped so they can be securely closed and locked to prevent access by animals and unauthorized people. Procedures should be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit "piggybacking" behind another person or vehicle. The Department of Transportation (DOT) document DOT/FAA/AR-00/52, Recommended Security Guidelines for Airport Planning and Construction, provides more specific information on fencing. A copy of this document can be obtained from the Airport Consultants Council, Airports Council International, or American Association of Airport Executives. (b) Badging requirements. (c) Airports subject to 49 CFR Part 1542, Airport Security, must meet standards for access control, movement of ground vehicles, and identification of construction contractor and tenant personnel. 210. Wildlife Management. The CSPP and SPCD must be in accordance with the airport operator's wildlife hazard management plan, if applicable. See also AC 150/5200-33, Hazardous Wildlife Attractants On or Near Airports, and Certalert 98-05, Grasses Attractive to Hazardous Wildlife. Construction contractors must carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel must be aware of and avoid construction activities that can create wildlife hazards on airports, such as: a. Trash. Food scraps must be collected from construction personnel activity. b. Standing Water. c. Tall Grass and Seeds. Requirements for turf establishment can be at odds with requirements for wildlife control. Grass seed is attractive to birds. Lower quality seed mixtures can contain seeds of plants (such as clover) that attract larger wildlife. Seeding should comply with the guidance in AC 150/5370-10, Standards for Specifying Construction of Airports, Item T-901, Seeding. Contact the local office of the United Sates Department of Agriculture Soil Conservation Service or the State University Agricultural Extension Service (County Agent or equivalent) for assistance and recommendations. These agencies can also provide liming and fertilizer recommendations. 15 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 d. Poorly Maintained Fencing and Gates. See 209.b(10)(a) above. e. Disruption of Existing Wildlife Habitat. While this will frequently be unavoidable due to the nature of the project, the CSPP should specify under what circumstances (location, wildlife type) contractor personnel should immediately notify the airport operator of wildlife sightings. 211. Foreign Object Debris (FOD) Management. Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers, and jet engines. Construction contractors must not leave or place FOD on or near active aircraft movement areas. Materials capable of creating FOD must be continuously removed during the construction project. Fencing (other than security fencing) may be necessary to contain material that can be carried by wind into areas where aircraft operate. See AC 150/5210-24, Foreign Object Debris (FOD) Management. 212. Hazardous Materials (HAZMAT) Management. Contractors operating construction vehicles and equipment on the airport must be prepared to expeditiously contain and clean-up spills resulting from fuel or hydraulic fluid leaks. Transport and handling of other hazardous materials on an airport also requires special procedures. See AC 150/5320-15, Management of Airport Industrial Waste. 213. Notification of Construction Activities. The CSPP and SPCD must detail procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of the airport. It must address the notification actions described below, as applicable. a. List of Responsible Representatives/ points of contact for all involved parties, and procedures for contacting each of them, including after hours. b. NOTAMs. Only the airport operator may initiate or cancel NOTAMs on airport conditions, and is the only entity that can close or open a runway. The airport operator must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility (control tower, approach control, or air traffic control center), and must provide information on closed or hazardous conditions on airport movement areas to the FAA Flight Service Station (FSS) so it can issue a NOTAM. The airport operator must file and maintain a list of authorized representatives with the FSS. Refer to AC 150/5200-28, Notices to Airmen (NOTAMs) for Airport Operators, for a sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA owned facilities. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the airport operator. See paragraph 207.a(1) above regarding issuing NOTAMs for partially closed runways versus runways with displaced thresholds. c. Emergency notification procedures for medical, fire fighting, and police response. d. Coordination with ARFF. The CSPP must detail procedures for coordinating through the airport sponsor with ARFF personnel, mutual aid providers, and other emergency services if construction requires: • The deactivation and subsequent reactivation of water lines or fire hydrants, or • The rerouting, blocking and restoration of emergency access routes, or • The use of hazardous materials on the airfield. e. Notification to the FAA. (1) Part 77. Any person proposing construction or alteration of objects that affect navigable airspace, as defined in Part 77, must notify the FAA. This includes construction equipment and proposed Chapter 2 Construction Safety and Phasing Plans 16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 September 29, 2011 AC 150/5370-2F parking areas for this equipment (i.e. cranes, graders, other equipment) on airports. FAA Form 7460-1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the appropriate FAA Airports Regional or District Office. See Appendix 1, Related Reading Material, to download the form. Further guidance is available on the FAA web site at oeaaa.faa.gov. (2) Part 157. With some exceptions, Title 14 CFR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that the airport operator notify the FAA in writing whenever a non -Federally funded project involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA Airports Regional or District Office. See Appendix 1, Related Reading Material to download the form. (3) NAVAIDS. For emergency (short -notice) notification about impacts to both airport owned and FAA owned NAVAIDs, contact: 866-432-2622. (a) Airport owned/FAA maintained. If construction operations require a shutdown of more than 24 hours, or more than 4 hours daily on consecutive days, of a NAVAID owned by the airport but maintained by the FAA, provide a 45 -day minimum notice to FAA ATO/Technical Operations prior to facility shutdown. (b) FAA owned. (i) General. The airport operator must notify the appropriate FAA ATO Service Area Planning and Requirements (P&R) Group a minimum of 45 days prior to implementing an event that causes impacts to NAVAIDs. (Impacts to FAA equipment covered by a Reimbursable Agreement (RA) do not have to be reported by the airport operator.) (ii) Coordinate work for an FAA owned NAVAID shutdown with the local FAA ATO/Technical Operations office, including any necessary reimbursable agreements and flight checks. Detail procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDs. In addition, provide seven days notice to schedule the actual shutdown. 214. Inspection Requirements. a. Daily Inspections. Inspections should be conducted at least daily, but more frequently if necessary to ensure conformance with the CSPP. A sample checklist is provided in Appendix 3, Safety and Phasing Plan Checklist. See also AC 150/5200-18, Airport Safety Self -Inspection. b. Final Inspections. New runways and extended runway closures may require safety inspections at certificated airports prior to allowing air carrier service. Coordinate with the FAA Airport Certification Safety Inspector (ACSI) to determine if a final inspection will be necessary. 215. Underground Utilities. The CSPP and/or SPCD must include procedures for locating and protecting existing underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas. This may involve coordinating with public utilities and FAA ATO/Technical Operations. Note that "One Call" or "Miss Utility" services do not include FAA ATO/Technical Operations 216. Penalties. The CSPP should detail penalty provisions for noncompliance with airport rules and regulations and the safety plans (for example, if a vehicle is involved in a runway incursion). Such penalties typically include rescission of driving privileges or access to the AOA. 217. Special Conditions. The CSPP must detail any special conditions that affect the operation of the 17 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 airport and will require the activation of any special procedures (for example, low -visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, Vehicle / Pedestrian Deviation (VPD) and other activities requiring construction suspension/resumption). 218. Runway and Taxiway Visual Aids. Includes marking, lighting, signs, and visual NAVAIDS. The CSPP must ensure that areas where aircraft will be operating are clearly and visibly separated from construction areas, including closed runways. Throughout the duration of the construction project, verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs, and visual NAVAIDs remain in place and operational. The CSPP must address the following, as appropriate: a. General. Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots, not misleading, confusing, or deceptive. All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. b. Markings. Markings must be in compliance with the standards of AC 150/5340-1, Standards for Airport Markings. Runways and runway exit taxiways closed to aircraft operations are marked with a yellow X. The preferred visual aid to depict temporary runway closure is the lighted X signal placed on or near the runway designation numbers. (See paragraph 218.b(1)(b) below.) (1) Closed Runways and Taxiways. (a) Permanently Closed Runways. For runways, obliterate the threshold marking, runway designation marking, and touchdown zone markings, and place Xs at each end and at 1,000 -foot (300 m) intervals. Chapter 2 Construction Safety and Phasing Plans 18 September 29, 2011 AC 150/5370-2F (b) Temporarily Closed Runways. For runways that have been temporarily closed, place an X at the each end of the runway directly on or as near as practicable to the runway designation numbers. Figure 2-1 illustrates. Figure 2-1 Markings for a Temporarily Closed Runway (c) Partially Closed Runways and Displaced Thresholds. When threshold markings are needed to identify the temporary beginning of the runway that is available for landing, the markings must comply with AC 150/5340-1. An X is not used on a partially closed runway or a runway with a displaced threshold. See paragraph 207.a(1) above for the difference between partially closed runways and runways with displaced thresholds. (i) Partially Closed Runways. Pavement markings for temporary closed portions of the runway consist of a runway threshold bar and yellow chevrons to identify pavement areas that are unsuitable for takeoff or landing (see AC 150/5340-1). (ii) Displaced Thresholds. Pavement markings for a displaced threshold consist of a runway threshold bar and white arrowheads with and without arrow shafts. These markings are required to identify the portion of the runway before the displaced threshold to provide centerline guidance for pilots during approaches, takeoffs, and landing rollouts from the opposite direction. See AC 150/5340-1. 19 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 (d) Taxiways. (i) Permanently Closed Taxiways. AC 150/5300-13 notes that it is preferable to remove the pavement, but for pavement that is to remain, place an X at the entrance to both ends of the closed section. Obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed taxiway. Figure 2-2 illustrates. TAXIWAY CLOSURE •MARKER • R EMOVELE'A D.•q N, CENTERLINE IF "K" IS NOT INSTALLED Figure 2-2 Taxiway Closure (ii) Temporarily Closed Taxiways. Place barricades outside the safety area of intersecting taxiways. For runway/taxiway intersections, place an X at the entrance to the closed taxiway from the runway. If the taxiway will be closed for an extended period, obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed section. If the centerline markings will be reused upon reopening the taxiway, it is preferable to paint over the marking. This will result in less damage to the pavement when the upper layer of paint is ultimately removed. (e) Temporarily Closed Airport. When the airport is closed temporarily, mark all the runways as closed. Chapter 2 Construction Safety and Phasing Plans 20 September 29, 2011 AC 150/5370-2F (2) If unable to paint temporary markings on the pavement, construct them from any of the following materials: fabric, colored plastic, painted sheets of plywood, or similar materials. They must be properly configured and appropriately secured to prevent movement by prop wash, jet blast, or other wind currents. (3) It may be necessary to remove or cover runway markings, including but not limited to, runway designation markings, threshold markings, centerline markings, edge stripes, touchdown zone markings and aiming point markings, depending on the length of construction and type of activity at the airport. When removing runway markings, apply the same treatment to areas between stripes or numbers, as the cleaned area will appear to pilots as a marking in the shape of the treated area. (4) If it is not possible to install threshold bars, chevrons, and arrows on the pavement, temporary outboard markings may be used. Locate them outside of the runway pavement surface on both sides of the runway. The dimension along the runway direction must be the same as if installed on the pavement. The lateral dimension must be at least one-half that of on -pavement markings. If the markings are not discernible on grass or snow, apply a black background with appropriate material over the ground to ensure they are clearly visible. (5) The application rate of paint to mark a short-term temporary runway and taxiway markings may deviate from the standard (see Item P-620, "Runway and Taxiway Painting," in AC 150/5370-10), but the dimensions must meet the existing standards. c. Lighting and Visual NAVAIDs. This paragraph refers to standard runway and taxiway lighting systems. See below for hazard lighting. Lighting must be in conformance with AC 150/5340-30, Design and Installation Details for Airport Visual Aids, and AC 150/5345-50, Specification for Portable Runway and Taxiway Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the associated isolation transformers. Alternately, cover the light fixture in such a way as to prevent light leakage. Avoid removing the lamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. Secure, identify, and place any above ground temporary wiring in conduit to prevent electrocution and fire ignition sources. (1) Permanently Closed Runways and Taxiways. For runways and taxiways that have been permanently closed, disconnect the lighting circuits. 21 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 (2) Temporarily Closed Runways. If available, use a lighted X, both at night and during the day, placed at each end of the runway facing the approach. The use of a lighted X is required if night work requires runway lighting to be on. See AC 150/5345-55, Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure. For runways that have been temporarily closed, but for an extended period, and for those with pilot controlled lighting, disconnect the lighting circuits or secure switches to prevent inadvertent activation. For runways that will be opened periodically, coordinate procedures with the FAA air traffic manager or, at airports without an ATCT, the airport operator. Activate stop bars if available. Figure 2-3 shows a lighted X by day. Figure 2-4 shows a lighted X at night. Figure 2-3 Lighted X in Daytime Figure 2-4 Lighted X at Night (3) Partially Closed Runways and Displaced Thresholds. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing and landing or Chapter 2 Construction Safety and Phasing Plans 22 September 29, 2011 AC 150/5370-2F taking off in either direction. A displaced threshold, by contrast, is put in place to ensure obstacle clearance by landing aircraft. The pavement prior to the displaced threshold is available for takeoff in the direction of the displacement, and for landing and takeoff in the opposite direction. Misunderstanding this difference and issuance of a subsequently inaccurate NOTAM can result in a hazardous situation. For both partially closed runways and displaced thresholds, approach lighting systems at the affected end must be placed out of service (a) Partially Closed Runways. Disconnect edge and threshold lights on that part of the runway at and behind the threshold (that is, the portion of the runway that is closed). Alternately, cover the light fixture in such a way as to prevent light leakage. (b) Displaced Thresholds. Edge lighting in the area of the displacement emits red light in the direction of approach and yellow light in the opposite direction. Centerline lights are blanked out in the direction of approach if the displacement is 700 ft or less. If the displacement is over 700 ft, place the centerline lights out of service. See AC 150/5340-30 for details on lighting displaced thresholds. (c) Temporary runway thresholds and runway ends must be lighted if the runway is lighted and it is the intended threshold for night Landings or instrument meteorological conditions. (d) A temporary threshold on an unlighted runway may be marked by retroreflective, elevated markers in addition to markings noted in paragraph 218.b(1)(c) above. Markers seen by aircraft on approach are green. Markers at the rollout end of the runway are red. At certificated airports, temporary elevated threshold markers must be mounted with a frangible fitting (see 14 CFR Part 139.309). At non -certificated airports, the temporary elevated threshold markings may either be mounted with a frangible fitting or be flexible. See AC 150/5345-39, Specification for L-853, Runway and Taxiway Retroreflective Markers. (e) Temporary threshold lights and end lights and related visual NAVAIDs are installed outboard of the edges of the full-strength pavement only when they cannot be installed on the pavement. They are installed with bases at grade level or as low as possible, but not more than 3 in (7.6 cm) above ground. When any portion of a base is above grade, place properly compacted fill around the base to minimize the rate of gradient change so aircraft can, in an emergency, cross at normal landing or takeoff speeds without incurring significant damage. See AC 150/5370-10. (f) Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-30. Battery powered, solar, or portable lights that meet the criteria in AC 150/5345-50 may be used. These systems are intended primarily for visual flight rules (VFR) aircraft operations but may be used for instrument flight rules (IFR) aircraft operations, upon individual approval from the Flight Standards Division of the applicable FAA Regional Office. (g) Reconfigure yellow lenses (caution zone), as necessary. If the runway has centerline lights, reconfigure the red lenses, as necessary, or place the centerline lights out of service. (h) Relocate the visual glide slope indicator (VGSI), such as VASI and PAPI; other airport lights, such as Runway End Identifier Lights (REIL); and approach lights to identify the temporary threshold. Another option is to disable the VGSI or any equipment that would give misleading indications to pilots as to the new threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance to pilots on approach to the affected runway. If the FAA owns and operates the VGSI, coordinate its installation or disabling with the local ATO/Technical Operations Office. Relocation of such visual aids will depend on the duration of the project and the benefits gained from the relocation, as this can result in great expense. (i) Issue a NOTAM to inform pilots of temporary lighting conditions. (4) Temporarily Closed Taxiways. If possible, deactivate the taxiway lighting circuits. When deactivation is not possible (for example other taxiways on the same circuit are to remain open), 23 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 cover the light fixture in such a way as to prevent light leakage. d. Signs. To the extent possible, signs must be in conformance with AC 150/5345-44, Specification for Runway and Taxiway Signs and AC 150/5340-18, Standard for Airport Sign Systems. Any time a sign does not serve its normal function; it must be covered or removed to prevent misdirecting pilots. Note that information signs identifying a crossing taxiway continue to perform their normal function even if the crossing taxiway is closed. For long term construction projects, consider relocating signs, especially runway distance remaining signs. 219. Marking and Signs for Access Routes. The CSPP should indicate that pavement markings and signs for construction personnel will conform to AC 150/5340-18 and, to the extent practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications. Signs adjacent to areas used by aircraft must comply with the frangibility requirements of AC 150/5220-23, Frangible Connections, which may require modification to size and height guidance in the MUTCD. 220. Hazard Marking, Lighting and Signing. a. Hazard Marking and Lighting Prevents Pilots from entering areas closed to aircraft, and prevents construction personnel from entering areas open to aircraft. The CSPP must specify prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles. Hazard marking and lighting must also be specified to identify open manholes, small areas under repair, stockpiled material, waste areas, and areas subject to jet blast. Also consider less obvious construction -related hazards and include markings to identify FAA, airport, and National Weather Service facilities cables and power lines; instrument landing system (ILS) critical areas; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas to make it easier for contractor personnel to avoid these areas. b. Equipment. (1) Barricades, including traffic cones, (weighted or sturdily attached to the surface) are acceptable methods used to identify and define the limits of construction and hazardous areas on airports. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast. The spacing of barricades must be such that a breach is physically prevented barring a deliberate act. For example, if barricades are intended to exclude vehicles, gaps between barricades must be smaller than the width of the excluded vehicles, generally 4 ft. Provision must be made for ARFF access if necessary. If barricades are intended to exclude pedestrians, they must be continuously linked. Continuous linking may be accomplished through the use of ropes, securely attached to prevent FOD. (2) Lights must be red, either steady burning or flashing, and must meet the luminance requirements of the State Highway Department. Batteries powering lights will last longer if lights flash. Lights must be mounted on barricades and spaced at no more than 10 ft. Lights must be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations. They may be operated by photocell, but this may require that the contractor turn them on manually during periods of low visibility during daytime hours. (3) Supplement barricades with signs (for example "No Entry," "No Vehicles") as necessary. (4) Air Operations Area — General. Barricades are not permitted in any active safety area. Within a runway or taxiway object free area, and on aprons, use orange traffic cones, flashing or steady burning red lights as noted above, collapsible barricades marked with diagonal, alternating orange and Chapter 2 Construction Safety and Phasing Plans 24 September 29, 2011 AC 150/5370-2F white stripes; and/or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 in (50 by 50 cm) square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway / taxilane safety area, or apron must be as low as possible to the ground, and no more than 18 in high, exclusive of supplementary lights and flags. Barricades must be of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents. If affixed to the surface, they must be frangible at grade level or as low as possible, but not to exceed 3 in (7.6 cm) above the ground. Figure 2-5 and Figure 2-6 show sample barricades with proper coloring and flags. Figure 2-5 Interlocking Barricades Figure 2-6 Low Profile Barricades (5) Air Operations Area — Runway/Taxiway Intersections. Use highly reflective barricades with lights to close taxiways leading to closed runways. Evaluate all operating factors when determining how to mark temporary closures that can last from 10 to 15 minutes to a much longer period of time. However, even for closures of relatively short duration, close all taxiway/runway intersections with barricades. The use of traffic cones is appropriate for short duration closures. (6) Air Operations Area — Other. Beyond runway and taxiway object free areas and 25 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 aprons, barricades intended for construction vehicles and personnel may be many different shapes and made from various materials, including railroad ties, sawhorses, jersey barriers, or barrels. (7) Maintenance. The construction specifications must include a provision requiring the contractor to have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The contractor must file the contact person's information with the airport operator. Lighting should be checked for proper operation at least once per day, preferably at dusk. 221. Protection of Runway and Taxiway Safety Areas. Runway and taxiway safety areas, Obstacle Free zones (OFZ), object free areas (OFA), and approach surfaces are described in AC 150/5300-13. Protection of these areas includes limitations on the location and height of equipment and stockpiled material. An FAA airspace study may be required. Coordinate with the appropriate FAA Airports Regional or District Office if there is any doubt as to requirements or dimensions (See paragraph 213.e above.) as soon as the location and height of materials or equipment are known. The CSPP should include drawings showing all safety areas, object free areas, obstacle free zones and approach departure surfaces affected by construction. a. Runway Safety Area (RSA). A runway safety area is the defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway (see AC 150/5300-13). Construction activities within the existing RSA are subject to the following conditions: (1) No construction may occur within the existing RSA while the runway is open for aircraft operations. The RSA dimensions may be temporarily adjusted if the runway is restricted to aircraft operations requiring an RSA that is equal to the RSA width and length beyond the runway ends available during construction. (see AC 150/5300-13). The temporary use of declared distances and/or partial runway closures may provide the necessary RSA under certain circumstances. Coordinate with the appropriate FAA Airports Regional or District Office to have declared distances information published. See AC 150/5300-13 for guidance on the use of declared distances. (2) The airport operator must coordinate the adjustment of RSA dimensions as permitted above with the appropriate FAA Airports Regional or District Office and the local FAA air traffic manager and issue a NOTAM. (3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations. (4) Excavations. (a) Open trenches or excavations are not permitted within the RSA while the runway is open. If possible, backfill trenches before the runway is opened. If the runway must be opened before excavations are backfilled, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the runway across the trench without damage to the aircraft. (b) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (5) Erosion Control. Soil erosion must be controlled to maintain RSA standards, that is, the RSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. Chapter 2 Construction Safety and Phasing Plans 26 September 29, 2011 AC 150/5370-2F b. Runway Object Free Area (ROFA). Construction, including excavations, may be permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material should not be stockpiled in the ROFA if not necessary. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. c. Taxiway Safety Area (TSA). A taxiway safety area is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. (See AC 150/5300-13.) Construction activities within the TSA are subject to the following conditions: (1) No construction may occur within the TSA while the taxiway is open for aircraft operations. The TSA dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a TSA that is equal to the TSA width available during construction (see AC 150/5300-13, Table 4-1). (2) The airport operator must coordinate the adjustment of the TSA width as permitted above with the appropriate FAA Airports Regional or District Office and the FAA air traffic manager and issue a NOTAM. (3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations. (4) Excavations. (a) Open trenches or excavations are not permitted within the TSA while the taxiway is open. If possible, backfill trenches before the taxiway is opened. If the taxiway must be opened before excavations are backfilled, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench without damage to the aircraft. (b) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (5) Erosion Control. Soil erosion must be controlled to maintain TSA standards, that is, the TSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. d. Taxiway Object Free Area (TOFA). Unlike the Runway Object Free Area, aircraft wings regularly penetrate the taxiway object free area during normal operations. Thus the restrictions are more stringent. Except as provided below, no construction may occur within the taxiway object free area while the taxiway is open for aircraft operations. (1) The taxiway object free area dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a taxiway object free area that is equal to the taxiway object free area width available. (2) Offset taxiway pavement markings may be used as a temporary measure to provide the required taxiway object free area. Where offset taxiway pavement markings are provided, centerline lighting or reflectors are required. (3) Construction activity may be accomplished without adjusting the width of the taxiway object free area, subject to the following restrictions: 27 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 (a) Appropriate NOTAMs are issued. (b) Marking and lighting meeting the provisions of paragraphs 218 and 220 above are implemented. (c) Five-foot clearance is maintained between equipment and materials and any part of an aircraft (includes wingtip overhang). In these situations, flaggers must be used to direct construction equipment, and wing walkers will be necessary to guide aircraft. Wing walkers should be airline/aviation personnel rather than construction workers. If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its main landing gear at the edge of the pavement), then it will be necessary to move personnel and equipment for the passage of that aircraft. e. Obstacle Free Zone (OFZ). In general, personnel, material, and/or equipment may not penetrate the OFZ while the runway is open for aircraft operations. If a penetration to the OFZ is necessary, it may be possible to continue aircraft operations through operational restrictions. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. f. Runway Approach/Departure Areas and Clearways. All personnel, materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as defined in Appendix 2, "Threshold Siting Requirements," of AC 150/5300-13. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. (1) Construction activity in a runway approach/departure area may result in the need to partially close a runway or displace the existing runway threshold. Partial runway closure, displacement of the runway threshold, as well as closure of the complete runway and other portions of the movement area also require coordination through the airport operator with the appropriate FAA air traffic manager (FSS if non -towered) and ATO/Technical Operations (for affected NAVAIDS) and airport users. (2) Caution regarding partial runway closures. When filing a NOTAM for a partial runway closure, clearly state to OCC personnel that the portion of pavement located prior to the threshold is not available for landing and departing traffic. In this case, the threshold has been moved for both landing and takeoff purposes (this is different than a displaced threshold). There may be situations where the portion of closed runway is available for taxiing only. If so, the NOTAM must reflect this condition). (3) Caution regarding displaced thresholds. : Implementation of a displaced threshold affects runway length available for aircraft landing over the displacement. Depending on the reason for the displacement (to provide obstruction clearance or RSA), such a displacement may also require an adjustment in the landing distance available and accelerate -stop distance available in the opposite direction. If project scope includes personnel, equipment, excavation, other work. within the existing RSA of any usable runway end, do not implement a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial closure. 222. Other Limitations on Construction. The CSPP must specify any other limitations on construction, including but not limited to: a. Prohibitions. (1) No use of tall equipment (cranes, concrete pumps, and so on) unless a 7460-1 determination letter is issued for such equipment. (2) No use of open flame welding or torches unless fire safety precautions are provided and the airport operator has approved their use. (3) No use of electrical blasting caps on or within 1,000 ft (300 m) of the airport property. Chapter 2 Construction Safety and Phasing Plans 28 September 29, 2011 See AC 150/5370-10. (4) No use of flare pots within the AOA. b. Restrictions. (1) (2) (3) (4) AC 150/5370-2F Construction suspension required during specific airport operations. Areas that cannot be worked on simultaneously. Day or night construction restrictions. Seasonal construction restrictions. 29 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 Intentionally Left Blank Chapter 2 Construction Safety and Phasing Plans 30 September 29, 2011 AC 150/5370-2F Chapter 3. Guidelines for Writing a CSPP 301. General Requirements. The CSPP is a standalone document written to correspond with the subjects outlined in Chapter 2, Section 1, paragraph 204. The CSPP is organized by numbered sections corresponding to each subject listed in Chapter 2, Section 1, paragraph 204, and described in detail in Chapter 2, Section 2. Each section number and title in the CSPP matches the corresponding subject outlined in Chapter 2, paragraph 204 (for example, 1. Coordination, 2. Phasing, 3. Areas and Operations Affected by the Construction Activity, and so on.). With the exception of the project scope of work outlined in Section 2. Phasing, only subjects specific to operational safety during construction should be addressed. 302. Applicability of Subjects. Each section should, to the extent practical, focus on the specific subject. Where an overlapping requirement spans several sections, the requirement should be explained in detail in the most applicable section. A reference to that section should be included in all other sections where the requirement may apply. For example, the requirement to protect existing underground FAA Instrument Landing System (ILS) cables during trenching operations could be considered FAA ATO coordination (Section 1. Coordination, paragraph 205.c), an area and operation affected by the construction activity (Section 3. Areas and Operations Affected by the Construction Activity, paragraph 207.a(4)), a protection of a NAVAID (Section 4. Protection of Navigational Aids (NAVAIDs),paragraph 208), or a notification to the FAA of construction activities (Section 9. Notification of Construction Activities, paragraph 210.e(3)(b)). However, it is more specifically an underground utility requirement (Section 11. Underground Utilities, paragraph 215). The procedure for protecting underground ILS cables during trenching operations should therefore be described in Section 11: "The contractor must coordinate with the local FAA System Support Center (SSC) to mark existing ILS cable routes along Runway 17-35. The ILS cables will be located by hand digging whenever the trenching operation moves within 10 feet of the cable markings." All other applicable sections should include a reference to Section 11: "ILS cables shall be identified and protected as described in Section 11" or "See Section 11 for ILS cable identification and protection requirements." Thus, the CSPP should be considered as a whole, with no need to duplicate responses to related issues. 303. Graphical Representations. Construction safety drawings should be included in the CSPP as attachments. When other graphical representations will aid in supporting written statements, the drawings, diagrams, and/or photographs should also be attached to the CSPP. References should be made in the CSPP to each graphical attachment and may be made in multiple sections. 304. Reference Documents. The CSPP must not incorporate a document by reference unless reproduction of the material in that document is prohibited. In that case, either copies of or a source for the referenced document must be provided to the contractor. 305. Restrictions. The CSPP should not be considered as a project design review document. The CSPP should also avoid mention of permanent ("as -built") features such as pavements, markings, signs, and lighting, except when such features are intended to aid in maintaining operational safety during the construction. 306. Coordination. Include in this section a detailed description of conferences and meetings both before and during the project. Include appropriate information from AC 150/5300-9. Discuss coordination procedures and schedules for each required FAA ATO airway facility shutdown and restart and all required flight inspections. 31 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29, 2011 307. Phasing. Include in this section a detailed scope of work description for the project as a whole and each phase of work covered by the CSPP. This includes all locations and durations of the work proposed. Attach drawings to graphically support the written scope of work. Detail in this section the sequenced phases of the proposed construction. Include a reference to paragraph 308 below, as appropriate. 308. Areas and Operations Affected By Construction. Focus in this section on identifying the areas and operations affected by the construction. Describe corresponding mitigation that is not covered in detail elsewhere in the CSPP. Include references to paragraphs below as appropriate. Attach drawings as necessary to graphically describe affected areas and mechanisms proposed. Tables and charts such as the following may be helpful in highlighting issues to be addressed. Table 3-1 Sample Operations Effects Runway 15-33 Reconstruction Phase II: Reconstruct Runway 15 End Reconstruct 1,000 ft of north end of Runway 15-33 with Portland Cement Concrete (PCC). Carrier: 52 /day GA: 26 /day Military: 11 /day Carrier: 40 /day GA: 18 /day Military: 10 /day b 'S 1) r C -IV CJ Carrier: 52 / day GA: 20 / day Military: 0 /day 'A mile ti D.( 3/4 mile Carrier: 20 /day GA: 5 /day Military: 0 /day TORA: 7,820 TODA: 7,820 C -IV ASDA: 7,820 LDA: 7,820 1 mile 1 mile TORA: 8,320 141 119 TODA: 8,320 TORA: 6,420 ASDA: 8,320 LDA: 7,820 TODA: 6,420 ASDA: 6,420 ILS RNAV LDA: 6,420 TORA: 6,920 VOR ILS TODA: 6,920 ASDA: 6,920 RNAV LDA: 6,420 VOR ILS/DME, MALSR, RVR LOC only N/A N/A Visual only N/A N/A LOC/DME, PAPI (temp), RVR Chapter 3 Guidelines for Writing a CSPP 32 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 September 29, 2011 AC 150/5370-2F Rin a} 3 NAVAIDs wv ILS/DME, MALSF, PAPI, RVR MALSF, PAPI, RVR Taxiway G AI)(, IV IV (N/A between T/W H and R/W 15 end) Taxiway F AI3G `# IV IV ATCT (hours opera) 06:00 — 24:00 local 06:00 — 24:00 local ARFF Index D D Special Conditions Air National Guard (ANG) military operations Military operations relocated to alternate ANG Base Airline XYZ requires VGSI Airline XYZ requires VGSI Complete the following chart for each phase to determine the area that must be protected along the runway edges: *See AC 150/5300-13 to complete the chart for a specific runway. Complete the following chart for each phase to determine the area that must be protected before the runway threshold: Runway End \umber Airplane P Design Croup' 1 11, l 1I, or IV Urcraft Approach Category' A, id C or D .-. -0,. Olinitnum Safety Area Prior to the Thresholds ff^43'LIGL Minimum Distance to Threshold Based on Required Approach q PP Slope* . ,...,-.-.-.m 17:rt3lN=wit+ 4F'^..�...rn-.m'�wv46i �F II ft F. ttK t'.h' :1 ft ft :1 ft ft :1 ft ft :1 *See AC 150/5300-13 to complete the chart for a specific runway. 309. Navigation Aid (NAVAID) Protection. List in this section all NAVAID facilities that will be affected by the construction. Identify NAVAID facilities that will be placed out of service at any time prior to or during construction activities. Identify individuals responsible for coordinating each shutdown and when each facility will be out of service. Include a reference to paragraph 306 above for FAA ATO NAVAID shutdown, restart, and flight inspection coordination. Outline in detail procedures to protect each NAVAID facility remaining in service from interference by construction activities. Include a reference to paragraph 314 for the issuance of NOTAMs as required. Include a reference to paragraph 316 for the protection of underground cables and piping serving NAVAIDs. If temporary visual aids are proposed to replace or supplement existing facilities, include a reference to paragraph 319. Attach drawings to graphically indicate the affected NAVAIDS and the corresponding critical areas. 310. Contractor Access. This will necessarily be the most extensive section of the CSPP. Provide 33 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29, 2011 sufficient detail so that a contractor not experienced in working on airports will understand the unique restrictions such work will require. Due to this extent, it should be broken down into subsections as described below: a. Location of Stockpiled Construction Materials. Describe in this section specific locations for stockpiling material. Note any height restrictions on stockpiles. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify stockpiles. Include a reference to paragraph 311 for provisions to prevent stockpile material from becoming wildlife attractants. Include a reference to paragraph 312 for provisions to prevent stockpile material from becoming FOD. Attach drawings to graphically indicate the stockpile locations. b. Vehicle and Pedestrian Operations. While there are many items to be addressed in this major subsection of the CSPP, all are concerned with one main issue: keeping people and vehicles from areas of the airport where they don't belong. This includes preventing unauthorized entry to the AOA and preventing the improper movement of pedestrians or vehicles on the airport. In this section, focus on mechanisms to prevent construction vehicles and workers traveling to and from the worksite from unauthorized entry into movement areas. Specify locations of parking for both employee vehicles and construction equipment, and routes for access and haul roads. In most cases, this will best be accomplished by attaching a drawing. Quote from AC 150/5210-5 specific requirements for contractor vehicles rather than referring to the AC as a whole, and include special requirements for identifying Hazardous Material (HAZMAT) vehicles. Quote from, rather than incorporate by reference, AC 150/5210-20 as appropriate to address the airport's rules for ground vehicle operations, including its training program. Discuss the airport's recordkeeping system listing authorized vehicle operators. c. Two -Way Radio Communications. Include a special section to identify all individuals who are required to maintain communications with Air Traffic (AT) at airports with active towers, or monitor Common Traffic Advisory Frequencies (CTAF) at airports without or with closed ATCT. Include training requirements for all individuals required to communicate with AT. Individuals required to monitor AT frequencies should also be identified. If construction employees are also required to communicate by radio with Airport Operations, this procedure should be described in detail. Usage of vehicle mounted radios and/or portable radios should be addressed. Communication procedures for the event of disabled radio communication (that is, light signals, telephone numbers, others) must be included. All radio frequencies should by identified (Tower, Ground Control, CTAF, UNICOM, ATIS, and so on). d. Airport Security. Address security as it applies to vehicle and pedestrian operations. Discuss TSA requirements, security badging requirements, perimeter fence integrity, gate security, and other needs. Attach drawings to graphically indicate secured and/or Security Identification Display Areas (SIDA), perimeter fencing, and available access points. 311. Wildlife Management. Discuss in this section wildlife management procedures. Describe the maintenance of existing wildlife mitigation devices, such as perimeter fences, and procedures to limit wildlife attractants. Include procedures to notify Airport Operations of wildlife encounters. Include a reference to paragraph 310 for security (wildlife) fence integrity maintenance as required. 312. Foreign Object Debris (FOD) Management. In this section, discuss methods to control and monitor FOD: worksite housekeeping, ground vehicle tire inspections, runway sweeps, and so on. Include a reference to paragraph 315 for inspection requirements as required. 313. Hazardous Materials (HAZMAT) Management. Describe in this section HAZMAT management procedures: fuel deliveries, spill recovery procedures, Material Safety Data Sheet (MSDS) availability, and other considerations. Any specific airport HAZMAT restrictions should also be Chapter 3 Guidelines for Writing a CSPP 34 September 29, 2011 AC 150/5370-2F identified. Include a reference to paragraph 310 for HAZMAT vehicle identification requirements. Quote from, rather than incorporate by reference, AC 150/5320-15. 314. Notification of Construction Activities. List in this section the names and telephone numbers of points of contact for all parties affected by the construction project. We recommend a single list that includes all telephone numbers required under this section. Include emergency notification procedures for all representatives of all parties potentially impacted by the construction. Identify individual representatives — and at least one alternate — for each party. List both on -duty and off-duty contact information for each individual, including individuals responsible for emergency maintenance of airport construction hazard lighting and barricades. Describe procedures to coordinate immediate response to events that might adversely affect the operational safety of the airport (such as interrupted NAVAID service). Explain requirements for and the procedures for the issuance of Notices to Airmen (NOTAMs), notification to FAA required by 14 CFR Part 77 and Part 157 and in the event of affected NAVAIDs. For NOTAMs, identify an individual, and at least one alternate, responsible for issuing and cancelling each specific type of Notice to Airmen (NOTAM) required. Detail notification methods for police, fire fighting, and medical emergencies. This may include 911, but should also include direct phone numbers of local police departments and nearby hospitals. The local Poison Control number should be listed. Procedures regarding notification of Airport Operations and/or the ARFF Department of such emergencies should be identified, as applicable. If airport radio communications are identified as a means of emergency notification, include a reference to paragraph 310. Differentiate between emergency and nonemergency notification of ARFF personnel, the latter including activities that affect ARFF water supplies and access roads. Identify the primary ARFF contact person and at least one alternate. If notification is to be made through Airport Operations, then detail this procedure. Include a method of confirmation from the ARFF department. 315. Inspection Requirements. Describe in this section inspection requirements to ensure airfield safety compliance. Include a requirement for routine inspections by the resident engineer (RE) and the construction contractors. If the engineering consultants and/or contractors have a Safety Officer who will conduct such inspections, identify this individual. Describe procedures for special inspections, such as those required to reopen areas for aircraft operations. Part 139 requires daily airfield inspections at certificated airports, but these may need to be more frequent when construction is in progress. Discuss the role of such inspections on areas under construction. Include a requirement to immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. 316. Underground Utilities. Explain how existing underground utilities will be located and protected. Identify each utility owner and include contact information for each company/agency in the master list. Address emergency response procedures for damaged or disrupted utilities. Include a reference to paragraph 314 above for notification of utility owners of accidental utility disruption as required. 317. Penalties. Describe in this section specific penalties imposed for noncompliance with airport rules and regulations, including the CSPP: SIDA violations, Vehicle/Pedestrian Deviations (VPD), and others. 318. Special Conditions. Identify any special conditions that may trigger specific safety mitigation actions outlined in this CSPP: low visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, VPD, and other activities requiring construction suspension/resumption. Include a reference to paragraph 310 above for compliance with airport safety and security measures and for radio communications as required. Include a reference to paragraph 319 below for emergency notification of all involved parties, including police/security, ARFF, and medical services. 319. Runway and Taxiway Visual Aids. Include marking, lighting, signs, and visual NAVAIDS. 35 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29, 2011 Detail temporary runway and taxiway marking, lighting, signs, and visual NAVAIDs required for the construction. Discuss existing marking, lighting, signs, and visual NAVAIDs that are temporarily, altered, obliterated, or shut down. Consider non-federal facilities and address requirements for reimbursable agreements necessary for alteration of FAA facilities and for necessary flight checks. Identify temporary TORA signs or runway distance remaining signs if appropriate. Identify required temporary visual NAVAIDs such as REIL or PAPI. Quote from, rather than incorporate by reference, AC 150/5340-1, Standards for Airport Markings, AC 150/5340-18, Standards for Airport Sign Systems, and AC 150/5340-30, as required. Attach drawings to graphically indicate proposed marking, lighting, signs, and visual NAVAIDs. 320. Marking and Signs for Access Routes. Detail plans for marking and signs for vehicle access routes. To the extent possible, signs should be in conformance with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications, not hand lettered. Detail any modifications to the guidance in the MUTCD necessary to meet frangibility/height requirements. 321. Hazard Marking and Lighting. Specify all marking and lighting equipment, including when and where each type of device is to be used. Specify maximum gaps between barricades and the maximum spacing of hazard lighting. Identify one individual and at least one alternate responsible for maintenance of hazard marking and lighting equipment in the master telephone list. Include a reference to paragraph 314 above. Attach drawings to graphically indicate the placement of hazard marking and lighting equipment. 322. Protection of Runway and Taxiway Safety Areas. This section should focus exclusively on procedures for protecting all safety areas, including those altered by the construction: methods of demarcation, limit of access, movement within safety areas, stockpiling and trenching restrictions, and so on. Reference AC 150/5300-13: Airport Design as required. Include a reference to paragraph 310 above for procedures regarding vehicle and personnel movement within safety areas. Include a reference to paragraph 310 above for material stockpile restrictions as required. Detail requirements for trenching, excavations, and backfill. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify open excavations as required. If runway and taxiway closures are proposed to protect safety areas, or if temporary displaced thresholds and/or revised declared distances are used to provide adequate Runway Safety Area, include a reference to paragraphs 314 and 319 above. Detail procedures for protecting the runway OFZ, runway OFA, taxiway OFA and runway approach surfaces including those altered by the construction: methods of demarcation, limit of cranes, storage of equipment, and so on. Quote from, rather than incorporate by reference, AC 150/5300-13: Airport Design as required. Include a reference to paragraph 323 for height (i.e. crane) restrictions as required. One way to address the height of equipment that will move during the project is to establish a three-dimensional "box" within which equipment will be confined that can be studied as a single object. Attach drawings to graphically indicate the safety area, OFZ, and OFA boundaries. 323. Other Limitations on Construction. This section should describe what limitations must be applied to each area of work and when each limitation will be applied: limitations due to airport operations, height (i.e. crane) restrictions, areas which cannot be worked at simultaneously, day/night work restrictions, winter construction, and other limitations. Include a reference to paragraph 307 above for project phasing requirements based on construction limitations as required. Chapter 3 Guidelines for Writing a CSPP 36 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 September 29, 2011 AC 150/5370-2F Appendix 1. Related Reading Material Obtain the latest version of the following free publications from the FAA on its Web site at http://www.faa.gov/airports/. .: ' n 3i" Y•' aaaol0DC.L e 0( 11— (I'LL AC 150/5200-28 Notices to Airmen (NOTAMs) for Airport Operators Guidance for using the NOTAM System in airport reporting. AC 150/5200-30 Airport Winter Safety and Operations Guidance for airport owners/operators on the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures. AC 150/5200-33 Hazardous Wildlife Attractants On or Near Airports Guidance on locating certain land uses that might attract hazardous wildlife to public - use airports. AC 150/5210-5 Painting, Marking, and Lighting of Vehicles Used on an Airport. Guidance, specifications, and standards for painting, marking, and lighting vehicles operating in the airport air operations areas. AC 150/5210-20 Ground Vehicle Operations on Airports Guidance to airport operators on developing ground vehicle operation training programs. AC 150/5300-13 Airport Design FAA standards and recommendations for airport design, establishes approach visibility minimums as an airport design parameter, and contains the Object Free area and the obstacle free -zone criteria. AC 150/5310-24 Airport Foreign Object Debris Management Guidance for developing and managing an airport foreign object debris (FOD) program AC 150/5220-4 Water Supply Systems for Aircraft Fire and Rescue Protection. Guidance on selecting a water source and meeting standards for a distribution system to support aircraft rescue and fire fighting service operations on airports. Management of Airport Industrial Waste AC 150/5320-15 Basic information on the characteristics, management, and regulations of industrial wastes generated at airports. Guidance for developing a Storm Water Pollution Prevention Plan (SWPPP) that applies best management practices to eliminate, prevent, or reduce pollutants in storm water runoff with particular airport industrial activities. AC 150/5340-1 Standards for Airport Markings FAA standards for markings used on airport runways, taxiways, and aprons. AC 150/5340-18 Standards for Airport Sign Systems FAA standards for the siting and installation of signs on airport runways and taxiways. Precision Approach Path Indicator (PAPI) Systems AC 150/5345-28 FAA standards for PAPI systems, which provide pilots with visual glide slope guidance during approach for landing. 37 Appendix 1 Related Reading Material AC 150/5370-2F September 29, 2011 Obtain the latest version of the following free publications from the Electronic Code of Federal Regulations at http://ecfr.gpoaccess.gov/. Title 14 CFR Part 139 Certification of Airports Title 49 CFR Part 1542 Airport Security Obtain the latest version of the Manual on Uniform Traffic Control Devices from the Federal Highway Administration at http://mutcd.fhwa.dot.gov/. Appendix 1 Related Reading Material 38 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 1 Bi[il ID4i 8it4° " .r Design and Installation Details for Airport Visual Aids AC 150/5340-30 Guidance and recommendations on the installation of airport visual aids. AC 150/5345-39 Specification for L-853, Runway and Taxiway Retroreflective Markers AC 150/5345-44 Specification for Runway and Taxiway Signs FAA specifications for unlighted and lighted signs for taxiways and runways. AC 150/5345-53 Airport Lighting Certification Program Details on the Airport Lighting Equipment Certification Program (ALECP). AC 150/5345-50 Specification for Portable Runway and Taxiway Lights FAA standards for portable runway and taxiway lights and runway end identifier lights for temporary use to permit continued aircraft operations while all or part of a runway lighting system is inoperative. AC 150/5345-55 Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure AC 150/5370-10 Standards for Specifying Construction of Airports Standards for construction of airports, including earthwork, drainage, paving, turfing, lighting, and incidental construction. FAA Order 5200.11 FAA Airports (ARP) Safety Management System (SMS) Basics for implementing SMS within ARP. Includes roles and responsibilities of ARP management and staff as well as other FAA lines of business that contribute to the ARP SMS. FAA Certalert 98-05 Grasses Attractive to Hazardous Wildlife Guidance on grass management and seed selection. FAA Form 7460-1 Notice of Proposed Construction or Alteration FAA Form 7480-1 Notice of Landing Area Proposal Obtain the latest version of the following free publications from the Electronic Code of Federal Regulations at http://ecfr.gpoaccess.gov/. Title 14 CFR Part 139 Certification of Airports Title 49 CFR Part 1542 Airport Security Obtain the latest version of the Manual on Uniform Traffic Control Devices from the Federal Highway Administration at http://mutcd.fhwa.dot.gov/. Appendix 1 Related Reading Material 38 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 September 29, 2011 AC 150/5370-2F Appendix 2. Definition of Terms 39 Appendix 2 Definition of Terms 7460-1 Notice Of Proposed Construction Or Alteration. For on -airport projects, the form submitted to the FAA regional or airports division office as formal written notification of any kind of construction or alteration of objects that affect navigable airspace, as defined in 14 CFR Part 77, safe, efficient use, and preservation of the navigable airspace. (See guidance available on the FAA web site at oeaaa.faa.gov.) The form may be downloaded at http://www.faa.gov/airports/resources/forms/, or filed electronically at: https://oeaaa.faa.gov. 7480-1 Notice Of Landing Area Proposal. Form submitted to the FAA Airports Regional Division Office or Airports District Office as formal written notification whenever a project without an airport layout plan on file with the FAA involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport The form may be downloaded at http://www.faa.gov/airports/resources/forms/. AC Advisory Circular ACRC Aircraft Reference Code ACSI Airport Certification Safety Inspector ADG Airplane Design Group AIP Airport Improvement Program ALECP Airport Lighting Equipment Certification Program ANG Air National Guard AOA Air Operations Area. Any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operations area includes such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runways, taxiways, or aprons. ARFF Aircraft Rescue and Fire Fighting ARP FAA Office of Airports ASDA Accelerate -Stop Distance Available ATCT Airport Traffic Control Tower ATIS Automatic Terminal Information Service ATO Air Traffic Organization Certificated Airport An airport that has been issued an Airport Operating Certificate by the FAA under the authority of 14 CFR Part 139, Certification of Airports. CFR Code of Federal Regulations Construction The presence and movement of construction -related personnel, equipment, and materials in any location that could infringe upon the movement of aircraft. CSPP Construction Safety And Phasing Plan. The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. 39 Appendix 2 Definition of Terms AC 150/5370-2F September 29, 2011 1€'� iil r,,,.,.,.. ......... IbXifiiiil x CTAF Common Traffic Advisory Frequency Displaced Threshold A threshold that is located at a point on the runway other than the designated beginning of the runway. The portion of pavement behind a displaced threshold is available for takeoffs in either direction or landing from the opposite direction. DOT Department of Transportation EPA Environmental Protection Agency FOD Foreign Object Debris HAZMAT Hazardous Materials IFR Instrument Flight Rules ILS Instrument Landing System LDA Landing Distance Available LOC Localizer antenna array Movement Area The runways, taxiways, and other areas of an airport that are used for taxiing or hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading aprons and aircraft parking areas (reference 14 CFR Part 139). MSDS Material Safety Data Sheet MUTCD Manual on Uniform Traffic Control Devices NAVAID Navigation Aid NAVAID Critical Area An area of defined shape and size associated with a NAVAID that must remain clear and graded to avoid interference with the electronic signal. Non -Movement Area The area inside the airport security fence exclusive of the Movement Area. It is important to note that the non -movement area includes pavement traversed by aircraft. NOTAM Notices to Airmen Obstruction Any object/obstacle exceeding the obstruction standards specified by 14 CFR Part 77, subpart C. OE / AAA Obstruction Evaluation / Airport Airspace Analysis OFA Object Free Area. An area on the ground centered on the runway, taxiway, or taxi lane centerline provided to enhance safety of aircraft operations by having the area free of objects except for those objects that need to be located in the OFA for air navigation or aircraft ground maneuvering purposes. (See AC 150/5300-13, for additional guidance on OFA standards and wingtip clearance criteria.) OFZ Obstacle Free Zone. The airspace below 150 ft (45 m) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects, except for frangible visual NAVAIDs that need to be located in the OFZ because of their function, in order to provide clearance protection for aircraft landing or taking off from the runway and for missed approaches. The OFZ is subdivided as follows: Runway OFZ, Inner Approach OFZ, Inner Transitional OFZ, and Precision OFZ. Refer to AC 150/5300-13 for guidance on OFZ. OSHA Occupational Safety and Health Administration P&R Planning and Requirements Group Appendix 2 Definition of Terms 40 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 September 29, 2011 AC 150/5370-2F PAPI n 1�(.9�11BCfl1I '� F - _. .......� ,. Th mss:: — Precision Approach Path Indicators PFC Passenger Facility Charge PLASI Pulse Light Approach Slope Indicators Project Proposal Summary A clear and concise description of the proposed project or change that is the object of Safety Risk Management. RE Resident Engineer REIL Runway End Identifier Lights RNAV Area Navigation ROFA Runway Object Free Area RSA Runway Safety Area. A defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway, in accordance with AC 150/5300-13. SIDA Security Identification Display Area SMS Safety Management System SPCD Safety Plan Compliance Document. Details developed and submitted by a contractor to the airport operator for approval providing details on how the performance of a construction project will comply with the CSPP. SRM Safety Risk Management Taxiway Safety Area A defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway, in accordance with AC 150/5300-13. TDG Taxiway Design Group Temporary Any condition that is not intended to be permanent. Temporary Runway End The beginning of that portion of the runway available for landing and taking off in one direction, and for landing in the other direction. Note the difference from a displaced threshold. Threshold The beginning of that portion of the runway available for landing. In some instances, the landing threshold may be displaced. TODA Takeoff Distance Available TOFA Taxiway Object Free Area TORA Takeoff Run Available. The length of the runway less any length of runway unavailable and/or unsuitable for takeoff run computations. See AC 150/5300-13 for guidance on declared distances. TSA Taxiway Safety Area Transportation Security Administration UNICOM A radio communications system of a type used at small airports. VASI Visual Approach Slope Indicators 41 Appendix 2 Definition of Terms AC 150/5370-2F September 29, 2011 VGSI Visual Glide Slope Indicator. A device that provides a visual glide slope indicator to landing pilots. These systems include precision approach path indicators (PAPI), visual approach slope indicators (VASI), and pulse light approach slope indicators (PLASI). VFR Visual Flight Rules VOR VHF Omnidirectional Radio Range VPD Vehicle / Pedestrian Deviation Appendix 2 Definition of Terms 42 September 29, 2011 AC 150/5370-2F Appendix 3. Safety and Phasing Plan Checklist This appendix is keyed to Section 2. Plan Requirements. In the electronic version of this AC, clicking on the paragraph designation in the Reference column will access the applicable paragraph. There may be instances where the CSPP requires provisions that are not covered by the list in this appendix. This checklist is intended as an aid, not as a required submittal. Requirements for predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction are specified. Operational safety is a standing agenda item for construction progress meetings. Scheduling of the construction phases is properly addressed. Drawings showing affected areas are included. Closed or partially closed runways, taxiways, and aprons are depicted on drawings. Access routes used by ARFF vehicles affected by the project are addressed. Access routes used by airport and airline support vehicles affected by the project are addressed. Underground utilities, including water supplies for fire fighting and drainage. Approach/departure surfaces affected by heights of temporary objects are addressed. Construction areas, storage areas, and access routes near runways, taxiways, aprons, or helipads are properly depicted on drawings. Temporary changes to taxi operations are addressed. 04, 205 205 206 207.a 207.a(1) 207.a(2) 207.a(3) 207.a(4) 207.a(5) 207.a 207.b(1) Yes Yes El Yes Yes Yes Yes 0 Yes Yes Yes Yes Yes No No No ❑ No 0 No No 0 No 0 No No No No NA NA NA NA NA 0 NA NA NA 0 NA NA 0 NA 43 Appendix 3 Safety and Phasing Plan Checklist AC 150/5370-2F September 29, 2011 Detours for ARFF and other airport vehicles are identified. 207.b(2) ❑ ❑ ❑ Yes No NA Maintenance of essential utilities and underground infrastructure is addressed. 207.b(3) Yes No NA Temporary changes to air traffic control procedures are addressed. 207.b(4) ❑ ❑ ❑ Yes No NA Critical areas for NAVAIDs are depicted on drawings. 208 ❑ ❑ ❑ Yes No NA Effects of construction activity on the performance of NAVAIDS, including unanticipated power outages, are addressed. 208 Yes No El NA Protection of NAVAID facilities is addressed. 208 Yes No NA The required distance and direction from each NAVAID to any construction activity is depicted on drawings. 208 Yes No NA Procedures for coordination with FAA ATO/Technical Operations, including identification of points of contact, are included. 208, 213.a, ❑ 0 0 213.e(3)(a), 218.a Yes No NA The CSPP addresses areas to which contractor will have access and how the areas will be accessed. 209 ❑ ❑ ❑ Yes No NA The application of 49 CFR Part 1542 Airport Security, where appropriate, is addressed. 209 0 Yes No El NA The location of stockpiled construction materials is depicted on drawings. 209.a Yes No 0 NA The requirement for stockpiles in the ROFA to be approved by FAA is included. 209.a Yes 0 No NA Requirements for proper stockpiling of materials are included. 209.a Yes No ❑ NA Appendix 3 Safety and Phasing Plan Checklist 44 September 29, 2011 AC 150/5370-2F Construction site parking is addressed. 209.b(1) Construction equipment parking is addressed. 209.b(2) Access and haul roads are addressed. 209.b(3) A requirement for marking and lighting of vehicles to comply with AC 150/5210-5, Painting, Marking and Lighting of Vehicles Used on an Airport, is included. Proper vehicle operations, including requirements for escorts, are described. 209.b(4) 209.b(5), 209.b(6) Training requirements for vehicle drivers are addressed. 209.b(7) Two-way radio communications procedures are described. 209.b(9) Maintenance of the secured area of the airport is addressed. 209.b(10) The airport operator's wildlife management procedures are addressed. The airport operator's FOD management procedures are addressed. The airport operator's hazardous materials management procedures are addressed. Procedures for the immediate notification of airport user and local FAA of any conditions adversely affecting the operational safety of the airport are detailed. 45 Appendix 3 Safety and Phasing Plan Checklist AC 150/5370-2F September 29, 2011 Maintenance of a list by the airport operator of the responsible representatives/points of contact for all involved parties and procedures for contacting them 24 hours a day, seven days a week is specified. 213.a A list of local ATO/Technical Operations personnel is included. 213.a A list of ATCT managers on duty is included. 213.a A list of authorized representatives to the OCC is included. 213.b Procedures for coordinating, issuing, maintaining and cancelling by the airport operator of NOTAMS about airport conditions resulting from construction are included. 208, 213.b, 218.b(4)(i) Provision of information on closed or hazardous conditions on airport movement areas by the airport operator to the OCC is sp ecified. 213.b Emergency notification procedures for medical, fire fighting, and police response are addressed. 213.c Coordination with ARFF personnel for non- emergency issues is addressed. 213.d Notification to the FAA under 14 CFR parts 77 and 157 is addressed. 213.e Reimbursable agreements for flight checks and/or design and construction for FAA owned NAVAIDs are addressed. 213.e(3)(b) Daily inspections by both the airport operator and contractor are specified. 214.a Final inspections at certificated airports are specified when required. 214.b ❑ ❑ ❑ Yes No NA 0 NA 0 NA NA 0 NA NA No 0 No 0 No No ❑ ❑ Yes No ❑ ❑ Yes No 0 Yes 0 Yes 0 Yes Yes 0 Yes 0 No 0 No No 0 No 0 No 0 Yes 0 0 NA 0 Yes 0 Yes 0 Yes 0 NA 0 NA 0 NA 0 NA NA Procedures for protecting existing underground facilities in excavation areas are described. 215 0 Yes ❑ ❑ No NA Appendix 3 Safety and Phasing Plan Checklist 46 September 29, 2011 AC 150/5370-2F a�,iyi(aliri` banal Penalty provisions for noncompliance with airport rules and regulations and the safety plans are detailed. Any special conditions that affect the operation of the airport or require the activation of any special procedures are addressed. The proper securing of temporary airport markings, lighting, signs, and visual NAVAIDs is addressed. Frangibility of airport markings, lighting, signs, and visual NAVAIDs is specified. The requirement for markings to be in compliance with AC 150/5340-1, Standards for Airport Markings is specified. The requirement for lighting to conform to AC 150/5340-30, Design and Installation Details for Airport Visual Aids, AC 150/5345-50, Specification for Portable Runway and Taxiway Lights , and AC 150/5345-53 Airport Lighting Certification Program, is specified. The use of a lighted X is specified where appropriate. The requirement for signs to conform to AC 150/5345-44, Specification for Runway and Taxiway Signs, AC 50/5340-18, Standards for Airport Sign Systems, and AC 150/5345-53, Airport Lighting Certification Program, is specified. The CSPP specifies that pavement markings and signs intended for construction personnel should conform to AC 150/5340-18 and, to the extent practicable, with the MUTCD and/or State highway specifications. Prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles are specified. 216 a l I 11:41,11„41!).1!j,;.... 217 218.a 218.a, 218.c, 219, 220.b(4) 218.b 218.b(1)(f) 218.b(1)(b), 218.b(3) 218.c Fjo�BXXY.Y�€ 3E_ Yes 0 Yes 0 Yes 0 Yes 0 Yes Yes Yes Yes No 0 No 0 No No 0 No 0 No No NA NA NA 0 NA NA NA 0 NA NA 219 220.a Yes 0 Yes 0 No 0 No NA NA 47 Appendix 3 Safety and Phasing Plan Checklist AC 150/5370-2F September 29, 2011 'r Hazard marking and lighting are specified to identify open manholes, small areas under repair, stockpiled material, and waste areas. 220.a Yes ❑ ❑ No NA The CSPP considers less obvious construction - related hazards. 220.a Yes No 0 NA Equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast is specified. 220.b(1) Yes No NA The spacing of barricades is specified such that a breach is physically prevented barring a deliberate act. 220.b(1) Yes 0 No NA Red lights meeting the luminance requirements of the State Highway Department are specified. 220.b(2) Yes No 0 NA Barricades, temporary markers, and other objects placed and left in areas adj acent to any open runway, taxiway, taxi lane, or apron are specified to be as low as possible to the ground, and no more than 18 in high. 220.b(4) Yes No NA Barricades marked with diagonal, alternating orange and white stripes are specified to indicate construction locations in which no part of an aircraft may enter. 220.b(4) Yes 0 No 0 NA Highly reflective barriers with lights are specified to barricade taxiways leading to closed runways. 220.b(5) Yes 0 No NA Markings for temporary closures are specified. 220.b(5) 0 Yes 0 No 0 NA The provision of a contractor's representative on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades is specified. 220.b(7) Yes No 0 NA The CSPP clearly states that no construction may occur within a safety area while the associated runway or taxiway is open for aircraft operations. 221.a(1), 221.c(1) Yes No NA The CSPP specifies that the airport operator coordinates the adjustment of RSA or TSA dimensions with the ATCT and the appropriate FAA Airports Regional or District Office and issues a local NOTAM. 221.a(2), 221.c(2) 0 Yes 0 No 0 NA Appendix 3 Safety and Phasing Plan Checklist 48 September 29, 2011 AC 150/5370-2F ifiT Procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations, are detailed. sx 221.c(3) ❑ ❑ Yes No NA The CSPP specifies that open trenches or excavations are not permitted within a safety area while the associated runway or taxiway is open. 221.a(4) ❑ ❑ Yes No NA Appropriate covering of excavations in the RSA or TSA that cannot be backfilled before the associated runway or taxiway is open is detailed. 221.a(4) ❑ ❑ Yes No 111 NA The CSPP includes provisions for prominent marking of open trenches and excavations at the construction site. 221.a(4) ❑ ❑ Yes No NA Grading and soil erosion control to maintain RSA/TSA standards are addressed. 221.c(5) Yes No NA The CSPP specifies that equipment is to be removed from the ROFA when not in use. 221.b ❑ ❑ Yes No NA The CSPP clearly states that no construction may occur within a taxiway safety area while the taxiway is open for aircraft operations. 221.c ❑ ❑ Yes No NA Appropriate details are specified for any construction work to be accomplished in a taxiway object free area. 221.d ❑ ❑ Yes No NA Measures to ensure that personnel, material, and/or equipment do not penetrate the OFZ or threshold siting surfaces while the runway is open for aircraft operations are included. 221.e ❑ ❑ Yes No EJ NA Provisions for protection of runway approach/departure areas and clearways are included. 221.f ❑ ❑ Yes No El NA Lr IK A The CSPP prohibits the use of open flame welding or torches unless adequate fire safety precautions are provided and the airport operator has approved their use. 222.a(2) Yes No NA The CSPP prohibits the use of flare pots within the AOA at any time. 222.a(4) Yes El No NA The CSPP prohibits the use of electrical blasting caps on or within 1,000 ft (300 m) of the airport property. 222.a(3) Yes No NA 49 Appendix 3 Safety and Phasing Plan Checklist 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 September 29, 2011 AC 150/5370-2F Appendix 4. Construction Project Daily Safety Inspection Checklist The situations identified below are potentially hazardous conditions that may occur during airport construction projects. Safety area encroachments, unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects. The list below is one tool that the airport operator or contractor may use to aid in identifying and correcting potentially hazardous conditions. It should be customized as appropriate for each project. Potentially Hazardous Conditions 51 Appendix 4 Construction Project Daily Safety Inspection Checklist Excavation adjacent to runways, taxiways, and aprons improperly backfilled. ❑ Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, taxiway, or taxi lane; in the related Object Free area and aircraft approach or departure areas/zones; or obstructing any sign or marking. ❑ Runway resurfacing projects resulting in lips exceeding 3 in (7.6 cm) from pavement edges and ends. ❑ Heavy equipment (stationary or mobile) operating or idle near AOA, in runway approaches and departures areas, or in OFZ. ❑ Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the monitoring of navigation and visual aids. Unauthorized or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. ❑ Tall and especially relatively low visibility units (that is, equipment with slim profiles) — cranes, drills, and similar objects — located in critical areas, such as OFZ and approach zones. ❑ Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, on any apron, open taxiway, or open taxi lane or in a related safety, approach, or departure area. ❑ Obstacles, loose pavement, trash, and other debris on or near AOA. Construction debris (gravel, sand, mud, paving materials) on airport pavements may result in aircraft propeller, turbine engine, or tire damage. Also, loose materials may blow about, potentially causing personal injury or equipment damage. ❑ 51 Appendix 4 Construction Project Daily Safety Inspection Checklist AC 150/5370-2F September 29, 2011 II 3- : tt 9 .' ,4 it °SI 1 !f Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA. Fencing and other markings that are inadequate to separate construction areas from open AOA create aviation hazards. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced or runways that have been closed) and taxiways that could cause pilot confusion and provide a potential for a runway incursion. Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of AOA create aviation hazards. Wildlife attractants — such as trash (food scraps not collected from construction personnel activity), grass seeds, tall grass, or standing water — on or near airports. ❑ Obliterated or faded temporary markings on active operational areas. ❑ Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. • Failure to issue, update, or cancel NOTAMs about airport or runway closures or other construction related airport conditions. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway / taxiway lighting; loss of navigation, visual, or approach aids; disruption of weather reporting services; and/or loss of communications. ❑ Restrictions on ARFF access from fire stations to the runway / taxiway system or airport buildings. ❑ Lack of radio communications with construction vehicles in airport movement areas. ❑ Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport that could be distracting, confusing, or alarming to pilots during aircraft operations. ■ Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, aprons, and airport roadways. Appendix 4 Construction Project Daily Safety Inspection Checklist 52 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 September 29, 2011 AC 150/5370-2F Failure to maintain drainage system integrity during construction (for example, no temporary drainage provided when working on a drainage system). Failure to provide for proper electrical lockout and tagging procedures. At larger airports with multiple maintenance shifts/workers, construction contractors should make provisions for coordinating work on circuits. Failure to control dust. Consider limiting the amount of area from which the contractor is allowed to strip turf. Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring, and place it in conduit or bury it. Site burning, which can cause possible obscuration. Construction work taking place outside of designated work areas and out of phase. 53 Appendix 4 Construction Project Daily Safety Inspection Checklist AC 150/5370-2F September 29, 2011 Intentionally Left Blank Appendix 4 Construction Project Daily Safety Inspection Checklist 54 MI I N— r MN MS— 1 .* r N M— N MN— .. 1.1 A Comprehensive Guide to Safe Driving on the Airport Surface FAA Guide to Ground Vehicle Operations Introduction Traffic levels rise, airports expand, surface routes change, and you, the vehicle driver, are expected to understand how to safely move about the airport. Besides learning about the different movement areas on the airport, the added combination of changes in weather, time of day and amount of aircraft traffic makes the risk of error higher than ever. Runway incursions are a serious safety concern and significantly impact safe operations at any airport. Incursions, which also can occur on taxiways although not considered runway incursions, have involved air carrier aircraft, military planes, general aviation aircraft, air traffic controllers, ground vehicles and pedestrians. A Runway Incursion (RI) is defined as any occurrence at an aerodrome involving the incorrect presence of an aircraft, vehicle or person on the protected area of a surface designated for the landing and takeoff of aircraft. There are three types of RIs: Operational Errors (OE), Pilot Deviations (PD) and Vehicle/Pedestrian Deviations (V/PD). Operational Errors involve air traffic control (ATC) and Pilot Deviations typically involve an airman's mistake. A V/PD occurs when a vehicle or pedestrian has entered the runway safety area without authorization from air traffic control. Annually, V/PD's comprise approximately 20% of total runway incursions. The information presented in this brochure is focused on helping to inform and educate vehicle drivers about the various signs, lights, markings, phraseology and other procedures utilized in an airport environment. Listed below are some basic things to remember and practice before operating a vehicle on the airport: 2 ithe FAA Guide to Ground Vehicle Operations Introduction + Review and understand airfield signage and markings. + Review the most up-to-date airport diagram prior to moving the vehicle. Have the airport diagram out and available for immediate reference while driving in the operational area. ' Review current airfield information for any taxiway closures, runway closures, construction activity or other surface risks. + Ensure appropriate vehicle lights (high beams, flashers, beacons and strobes) are operational prior to driving on the airport surface. Flashers and beacons help ATC, aircrews and other operators see vehicles in the movement area, especially during periods of reduced visibility and at night. ' Use service roads whenever possible to minimize time spent on taxiways and runways. + During radio transmissions, use proper aviation phraseology and speak in a clear, concise manner. ' Copy your clearance and review the assigned route. Read back all clearances. + If you do not understand an instruction, clarify with ATC before proceeding. + While driving, refrain from using cell phone, texting or engaging in unnecessary conversation. + Get as familiar as possible with the airport's roads, taxiways and runways before driving solo on the airfield. If possible, have someone who is very familiar with the airport accompany you until you are proficient at operating on the movement area. as ma au ma Nis no an me am NE um am Emu no ma iiiv iss 3 ■r Mr a NM S al N I r r w NM — --— I I MN FAA Guide to Ground Vehicle Operations Introduction FAA Guide to Ground Vehicle Operations Introduction The FAA Guide to Ground Vehicle Operations was created for you, the driver of a tug, fuel truck, baggage cart or other airport vehicle. This guide is not intended to provide comprehensive coverage of everything there is to know about surface safety. Rather, it focuses on five areas that are most important, as well as containing additional information and a chance for you to test your overall comprehension with a quiz. Airport Basics Airfield Signs, Markings and Lighting Towered Airports Non -Towered Airports Aviation Phraseology Additional Information Self -Assessment 4 Each section identifies safety measures and information that will help you maintain situational awareness while on the airfield. "Situational awareness" is defined as being aware of your location on the airfield and how that location relates to your destination, other vehicles and aircraft. It can be maintained consistently by: + Understanding and following Air Traffic Control (ATC) instructions and clearances. + Using an airport diagram. + Knowing the meaning of the visual aids available on the airport, such as airfield markings, signs and lights. Maintaining situational awareness will help you avoid errors that lead to runway incursions. Runway incursions are a serious safety concern and it doesn't take much to be involved in one. Incursions and collisions have included all types of commercial, military and private aircraft as well as GROUND VEHICLES. Some have resulted in fatalities. All employees who operate vehicles or motorized equipment on airports have key responsibilities in these safety efforts, as this guide outlines. 5 FAA Guide to Ground U'hicle Operations Airport Basics FAA Guide to Ground Vehicle Operations Airport Basics AIRPORT BASICS This section outlines the basic features of any airport. There may be important unique aspects to the airport on which you drive, such as dedicated vehicle lanes, areas not visible to controllers or nonstandard airport traffic patterns. Be aware and know the rules of your airport. Runway Safety Area The Runway Safety Area (RSA) is an area surrounding the runway, and is measured from the runway ends and centerline. Much like the shoulder area on a highway, the runway safety area is intended for use by aircraft in emergency situations, i.e., landing short of, veering off of, or overshooting the runway, and always should be free of vehicles, equipment and pedestrians any time aircraft are taxiing, taking off or landing. When the tower is in operation, vehicles and pedestrians are required to have clearance to access these areas. During periods when the tower is not operating or at a non -towered airport, extreme caution should be used. The RSA can be identified by a hold line, also known as a holding position marking, which is painted in yellow on taxiway surfaces and collocated with a holding position sign. The holding position sign has a red background with white characters. The actual dimensions of the RSA will vary depending on the tail height and wing span of the largest aircraft authorized to utilize the airport. Its distance from the runway centerline may extend up to 280 feet across and as much as 1,000 feet beyond the runway ends. _ 13-3i 6 Aprons/Ra.mps Aprons, also called ramps, are the areas where aircraft park, load and unload. Your work may require you to drive on an apron. In addition to watching for moving aircraft on the apron, be careful to maintain a safe distance when working around parked aircraft. Aside from nicks and dents that are expensive to repair and can affect the airworthiness of the aircraft, you could get hurt and your vehicle damaged when an aircraft starts its engine. This hazard is called jet blast or prop wash. There have been several cases where vehicles have been overturned by jet blast. Drivers should be aware of the rotating red beacon(s) located on the aircraft's tail, and sometimes on its underside. The beacon is typically illuminated in conjunction with imminent engine start. Runway Markings ares Runways have white numbers on each end, centerline stripes down the middle and may have white lines along the edges. Runways that are served by an instrument approach will have more elaborate markings such as those shown in Figure 1.1. v c o ry c 0 Q T o t5 ` va m E at it c 0 Threshold Markings Aiming Point Centerline Designation Markings Marking 20 Touchdown Zone Markings 500 Foot Increment Distance Markings Figure 1.1 — Runway Markings (not to scale). 7 NM MIMI Ns ow gm an no es al am me am no am sr me aus NS .. 111111 .. .. N - - a .* - r N NM - - - 1 if FAA Guide to Ground Vehicle Operations Airport Basics FAA Guide to Ground Vehicle Operations Airport Basics Taxiway Markings ares Taxiways are areas used by aircraft to get to and from the apron/ramp and the runway. Taxiways look similar to runways, but are usually not as wide. Instead of numbers, taxiways use letters or letter/number combinations for designators. See Fig- ure 1.1 BEST PRACTICES FOR SAFE DRIVING On the Movement Areas + Together, runways and taxiways are known as the MOVEMENT AREAS of the airfield. + Airport diagrams provide the layout and designations of runways and taxiways, show the location of major facilities and are essential to navigating the airfield surface. Always have a current airport diagram in your vehicle. ' If you are required to drive on or work in areas adjacent to runways, be aware that aircraft wings and engines may extend over these areas. ATC approval is typically required to operate in these areas. + If you become uncertain of your location on the airport movement area, STOP and immediately contact ATC for help. EXPLICIT RUNWAY CROSSING CLEARANCES: Never cross a holding position marking including hold lines for inactive or closed runways without explicit ATC instructions. Instructions to cross a runway will be issued one at a time. An aircraft or vehicle must have crossed the previous runway before another runway crossing is issued. 8 . Know your airfield markings, signs and lighting (as outlined in the next section). Be careful not to hit taxiway edge lights. Around Aircraft + Aircraft cockpit windows have a limited viewing area. It can be difficult or impossible for pilots to see vehicles and pedestrians, particularly behind the wings or under the nose of the aircraft. + Always yield the right-of-way to moving aircraft. Do not assume the pilot will see you, especially in busy areas like aprons/ramps where pilots are busy with preflight checks. + If a pilot is about to start the engine or the engine is running, the aircraft's red rotating beacon(s) should be turned on as well. While Communicating with Air Traffic Control (ATC) + Avoid distractions and focus on where other vehicles and/or aircraft are on the airfield, especially on your intended route. + Always use standard aviation phraseology and proper communications procedures when contacting ATC in order to facilitate clear and concise communications. ' Write down taxi instructions, especially instructions that are complex. This can help reduce your vulnerability of forgetting part of the instruction. + When in doubt, STOP and ask for help or clarification from ATC. 9 FAA Guide to Ground Vehicle Operations Airport Basics FAA Guide to Ground Vehicle Operations Airfield Signs, Markings and Lighting 10 During Construction 4- Extra vigilance is necessary when driving on an airport during construction. Normal driving routes may be altered, runways and taxiways may be closed, runway thresholds may be displaced or relocated and hot spots may be identified. Therefore, remember to review your expected driving route against areas of construction, especially if you are operating a rescue vehicle. Hot Spots + ICAO defines a hot spot as a location on an aerodrome movement area with a history or potential risk of collision or runway incursion, and where heightened attention by pilots and drivers is necessary. + A hot spot is a runway safety related problem typically at a complex or confusing taxiway/taxiway or taxiway/ runway intersection. As a vehicle driver, it is your responsibility to be familiar with these areas and use extreme caution when driving in, or near them. The airport diagram will usually, but not always point out designated hot spots. Be certain to use the most up-to-date diagram as hot spots will remain charted until such time the increased risk has been reduced or eliminated. LEV 14 CONTROL NORT it TOM:RAMI ".J, i 111 HANGARS SOUTH �? MP I \I GENERAL AVIATIOI TERMINAI For more information on hot spots, refer to the Airport Diagrams chapter in the Airport Facility Directory (AFD). Also visit: www.faa.gov/airports/runway_safety/hotspots/hotspots_list SIGNS AND MARKINGS As a driver, it is important that you know the meanings of the signs and markings used on airports as navigational aids. Sometimes the information on the sign is also painted on the airport pavement. An overview of some of the most common signs and markings is described on the following pages. For more detailed information, see the FAA Aeronautical Information Manual (AIM). Runway Holding Position Marking Painted yellow on the taxiway pavement and collocated with the holding position sign, this is an airport version of a stop sign. As you approach the runway, you will see two solid yellow lines with two dashed lines. Prior to reaching the solid lines, it is imperative that you STOP and do not cross the lines until you have clearance from ATC. When the tower is closed or you are operating at a non -towered airport, you may cross only when the runway is clear of aircraft, and then cross with extreme caution. Always look both ways before you cross any runway! When exiting a runway, you will see these same markings, except your vehicle will be approaching the dashed lines. Your vehicle must completely cross both the dashed and the solid lines to be clear of the runway. Runway Holding Position Sign May be seen as a sign and/or painted on the pavement, it has white characters on a red background. This sign/marking is collocated with the surface painted holding position markings on taxiway and runway intersections. 4-22 es ex um ow es in as tie el in en r we sr r 11 11 11 11 11 —, MN MI E S— 1 INI1 NMII" M r all M r r-- rn FAA Guide to Ground Vehicle Operations Airfield Signs, Markings and Lighting FAA Guide to Ground Vehicle Operations Airfield Signs, Markings and Lighting Do not drive past this sign or marking without a clearance from ATC. Doing so without clearance from the tower poses a hazard to yourself and others. When the tower is closed or you are operating at a non - towered airport, you may cross only when the runway is clear of aircraft, and then you should proceed with extreme caution. Location Signs and Markings Black background with yellow letters and/ or numbers. These signs and surface - painted markings indicate your location. 9 Runway A Taxiway REMEMBER: BLACK SQUARE, YO U RE THERE. (See Figure 2.1) Taxiway Direction Signs and Markings These signs and markings with a yellow background and black characters indicate the direction toward a different taxiway leading off a runway or out of an intersection. YELLOW ARRAY, LEADS THE WAY (See Figures 2.1 and 2.2) J ILS Critical Area Holding Position Signs and Markings May be seen as a sign (as shown here), and/or as a painted surface marking. These are utilized to show the boundary of the runway's ILS critical area. Hold short of this area when instructed to by ATC. Figure 2.1 — Surface painted location and direction markings. 12 ILS Alternative array of signs when bcatlon sign not Installed. E E e -E AT' E-' •-E Ey Figure 2.2 — Examples of taxiway sign arrays with and without current location on Taxiway Alpha. Holding position markings for ILS critical areas appear on the pavement as a yellow horizontal ladder and extend across the width of the taxiway. An ILS holding position sign with white characters on a red background is typically situated adjacent to these ILS holding position markings. Hold short of this area when instructed to by ATC. ILS Boundary Sign This sign identifies the boundary of the ILS critical area for pilots and vehicle operators exiting the runway. Pilots and vehicle operators must proceed beyond this sign to clear the ILS critical area when instructed to do so by ATC. Non -Movement Area Boundary Markings A single solid line along with single dashed yellow lines, this marking divides the movement and non -movement areas on the airfield. When you are positioned on the solid line side of the marking, or the non -movement area, ATC clearance is required for you to — — — drive across into the movement area. Runway Safety Area Boundary Sign Yellow sign with black markings. Visible only when exiting the runway. The sign is typically used on towered airports where a controller commonly requests a pilot to report clear of a runway, which occurs when this sign is passed. 13 FAA Guide to Ground Vehicle Operations Airfield Signs, Markings and Lighting FAA Guide to Ground Vehicle Operations Airfield Signs, Markings and Lighting Geographic Position Markings Pink with black and white. Some large airports use these markings in low visibility conditions as position points on the taxiway. Helicopter Landing Area Marking Some airports have a designated helicopter landing pad. This area is depicted with an "H" inside of a square. Be especially careful when you drive near helipads. Look up for landing helicopters. As is the case for aircraft, yield the right-of-way to a helicopter. TERM-' MIL H Destination Signs Yellow background with black letters. The taxiways at your airport may have these signs next to them to identify the direction to a specific destination, e.g. parking area. Enhanced Taxiway Centerlines A dashed line painted on each side of the existing taxiway centerline extending up to 150' from the holding position marking. This is to further alert aircraft and vehicles that they are approaching a runway safety area. 11 11 11 11 Relocated Threshold A point on the runway other than the beginning of the full strength pavement, which is not available for the landing or takeoff of aircraft. Thus, a relocated threshold marks the end of the runway. The abandoned runway area may or may not be available for taxiing. Possible causes for threshold relocation include construction or other airport maintenance. 14 Chevrons Large yellow painted arrows that identify paved blast pads, stop areas, and EMAS (engineered materials arresting systems). A minimum of two chevrons will be painted and aligned with the runway end. The pavement marked by chevrons is not to be used, unless in conjunction with an EMAS when it may be used to help stop an aircraft overrun. Aprons/Ramps Aprons/Ramps have markings for aircraft parking and tie -downs. Some airport aprons/ramps also have special markings for vehicle operations. If there are vehicle or roadway markings, you should always drive your vehicle within those marked areas. In addition, taxiways may be marked on the apron to show aircraft routes to gates and parking areas. Examples of vehicle surface markings; roadways bounded by "zipper" markings are also used by aircraft. 15 all INS la 111111 11111 IIIII In r r an es wilio OM V M M d E 1111 r MI SE r MN In 1 I 1 it — FAA Guide to Ground Vehicle Operations Airfield Signs, Markings and Lighting FAA Guide to Ground Vehicle Operations Airfield Signs, Markings and Lighting When driving near navigational aids, stay out of the protected areas around them to avoid interfering with their signals. If a road or taxiway is close enough to an ILS to affect it, there should he an ILS holding position sign like the one depicted on page 12. LIGHTING There are many different lighting combinations that may be located on some airports, especially where aircraft operations are conducted in lower visibility ranges. Runway Edge and Centerline Lights Runway edge lights are clear/white, except on instrument runways where yellow replaces white on the last 2,000 feet or half the runway length, whichever is less, to form a caution zone for landings. Centerline lights alternate red/white starting 3,000 feet from the end, and are solid red starting 1,000 feet from the end. Taxiway Edge Lights or Reflectors are blue in color and used to outline the edges of taxiways during periods of darkness or restricted visibility conditions. 16 Taxiway Centerline Lights or Reflectors are green except for the lead -on and lead-off lights, which alternate yellow and green to indicate that you are entering or leaving the runway environment. Runway Guard Lights are flashing yellow lights that can be in -pavement or elevated and are used to help identify a runway holding position. In -Pavement Runway Guard Light Elevated Runway Guard Light Runway Status Lights (RWSL) provide a visual warning to vehicle drivers and pilots that the runway is not safe to enter. RWSL consist of the following warning signals: runway entrance lights (REL) and runway intersection lights (RIL) for vehicles and aircraft crossing or entering a runway from intersecting taxiways or runways, and takeoff hold lights (THL) for aircraft awaiting takeoff. The system will be operational at 23 of the nation's major airports by the end of 2015. Runway Entrance Lights Takeoff Hold Lights 17 Light Gun Signals FAA Guide to Ground Vehicle Operations Airfield Signs, Markings and Lighting FAA Guide to Ground Vehicle Operations Towered Airports 18 VEHICLE LIGHT GUN SIGNALS Air traffic controllers have a backup system for communicating if radios fail. Controllers use a light gun that flashes different colors to tell pilots or vehicle drivers what to do. Even a failed radio is not an excuse for proceeding without a proper clearance. If you are ever working on a runway or taxiway and radio communication fails, you should: 3- Turn your vehicle toward the tower. + Flash your headlights. + Wait for the controller to signal you with the light gun. + Be patient! If the controller's attention is directed toward another part of the airport, it may take a few minutes. + If still waiting, try a different radio frequency or call from a cell phone. Store the tower phone number in your cell phone for emergencies. Steady Green Cleared to go; OK to cross runway or taxiway. Flashing Green III NI MI MI Cleared to taxi. DOES NOT APPLY TO VEHICLES! Alternating Red/Green Exercise extreme caution. This warning signal can be followed by another light signal as circumstances permit. Steady Red STOP! Flashing Red Clear the taxiway or runway IMMEDIATELY! Flashing White 00000 Return to starting point on airport. TOWERED AIRPORTS If your airport has an air traffic control (ATC) tower, it is a towered airport whenever the tower is operating. Pilots and vehicle drivers wanting to enter a runway or taxiway (movement areas) must first get permission from the tower. As an operator of a vehicle, you must have authorization from ATC before you enter any part of the airport movement area. When the tower is in operation, you must utilize a two-way radio for communicating with and receiving instructions from air control. traffic Radio Communications Procedures + Ensure the availability of a radio capable of transmitting and receiving on the airport's ground control frequency. Perform a "radio check" to assess your radio's operability at the start of each shift. + Each vehicle should be designated with an identifying call sign, and be marked and lighted appropriately. + Know the standard Air Traffic Control (ATC) phraseology and never use Citizen's Band (CB) lingo or law enforcement 'ten' codes. + Think about what you are going to say before calling the controller. Know your call sign, location on the airfield and where you intend to go. as I on am sis as um no as ow soi um r r 19 - - - - - - IN - - _ r r i - - r - - - FAA Guide to Ground Vehicle Operations Towered Airports FAA Guide to Ground Vehicle Operations Towered Airports + At most facilities, the above information can be included on the initial call as in the following example: Driver: Cincinnati ground, vehicle one at gate four would like to cross runway one eight right at taxiway alpha and proceed to the VOR. Controllers: Vehicle one, Cincinnati ground, proceed via alpha, hold short of runway one eight right. Driver: Roger, vehicle one, proceeding via alpha, will hold short of runway one eight right. + At larger facilities or when the controller is busy, it is best to simply call the tower with your identification and wait for the controller's response as in the following: Driver: Cincinnati ground, vehicle one. Controllers: Driver: ...time elapses... Vehicle one, Cincinnati ground. Vehicle one at gate four would like to cross runway one eight right at taxiway alpha and proceed to the VOR. + Read back of all runway holding instructions is required and must include the phrase "Hold Short", the runway's identifying number and your call sign. 20 The "Aviation Terminology" section on page 25 lists air traffic control terms and phrases with definitions. You should know what they mean before driving on an airfield. With a little practice, radio communications are not difficult. If you are ever unsure about what the controller said, or if you don't understand an instruction, ask the controller to repeat the communication by transmitting "SAY AGAIN" . A controller, even one who is extremely busy, would rather repeat and explain instructions than have a misunderstanding lead to a runway incursion. Don't proceed thinking that the instructions will become clear once you drive a little farther. Advance Coordination When you contact the tower before an operation, you will receive instructions on how to proceed. Be sure you understand your route, stopping points and holding positions. If you are not sure where you are going and would like turn -by -turn directions, ask the controller for "progressive" taxi instructions. Use extreme caution when you hear the phraseology "go ahead". It is only meant for you to proceed with your message and is not to be used for any other purpose. It NEVER means to proceed in moving about, or to drive on the airfield. 21 FAA Guide to Ground Vehicle Operations Non -Towered Airports FAA Guide to Ground Vehicle Operations Non -Towered Airports NON -TOWERED AIRPORTS When the control tower is closed or if there is no tower, the airport is referred to as non -towered. At a non -towered airport, you do not need controller permission before entering a runway or taxiway. Below are some best practices for operating on a non -towered airport: + When you approach the runways and taxiways, STOP, LOOK both ways, and LISTEN for aircraft that are landing or taking off. Vehicle windows should be open to do this properly. 4- Alert others when you are using a taxiway or runway by always making an announcement on the radio before you enter. Be specific with your location and intentions. + Always yield the right-of-way to taxiing aircraft and give them plenty of room. If an aircraft is headed toward you on the same taxiway, move out of the aircraft's way. 4- Always carry a radio tuned to the airport's Common Traffic Advisory Frequency (CTAF) or UNICOM. + If an aircraft is about to land on a runway that you need to cross, stop well clear of the runway. Continue to yield to the aircraft until it has landed and taxied off of the runway. + Be aware that some aircraft at non -towered airports are not equipped with radios. 22 4- Before you cross a runway, ensure that no potentially conflicting aircraft are taxiing, landing or taking off. Be aware of aircraft at non -towered airports that frequently make touch-and-go landings (immediately after landing, full power is applied and the aircraft takes off again). 4- If your vehicle has a rotating beacon, be sure to turn it on anytime you are on the airport surface. Turn on headlights as well, being careful not to blind any pilots in the area. Example of a self -announcement by driver on UNICOM or CTAF: Driver: Millville traffic. Ops one vehicle entering runway 28 at approach end and proceeding full length to the end of the runway. Traffic Patterns Aircraft approaching a runway for landing usually follow a standard landing pattern. Most runways are positioned so planes will take off and land into the wind. In most cases, the pattern is a rectangular box with the pilot making all turns to the left, as shown in Figure 3.1. In a few cases, airports will use right traffic patterns. However, don't assume all aircraft will always be flying in the standard pattern - it is not required, only recommended - so keep a visual look out to the sky just Pilot: Millville traffic. Cherokee two zero niner zero whiskey, entering left downwind runway one zero, Millville. 23 7MINI' MI N r— -- A— MI all r OM r— I E M ri FAA Guide to Ground Vehicle Operations Non -Towered Airports FAA Guide to Ground Vehicle Operations Aviation Phraseology in case a pilot decides to fly a `straight in' approach and doesn't enter the standard traffic pattern. Similarly, if a pilot announces "short final", expect that aircraft's landing to be imminent. Pilots announce their position on the Common Traffic Advisory Frequency (CTAF)/Unicom using the names of the segments of the traffic pattern: Upwind, Crosswind, Downwind, Base and Final. See Figure 3.1 Extra vigilance is essential at non -towered airports, or when the control tower is not operating. While there may be CTAF or UNICOM frequencies available, pilots are not required to communicate or announce their position in the traffic pattern or on the surface. As a result, a driver can be lulled into complacency because the airport is not very busy. Nevertheless, always remain alert for the unexpected, even when aircraft traffic levels are light. Another factor involves the runway angle or slope, which makes it difficult or impossible to see the entire length of the runway. As a result, an aircraft can suddenly appear on a runway when you are crossing. Generally, it is good practice to cross runways at their ends. If one is available, a perimeter road or taxiway is the recommended route for crossing a runway at a non -towered airfield. Downwind 4 Crosswind 44, Final Upwind Straight out departure Figure 3.1 — Diagram of airport traffic pattern operations. 24 AVIATION TERMINOLOGY This section contains a glossary of terms commonly used in ground or surface operations. For a complete listing of all ATC phraseology, consult the FAA Aeronautical Information Manual (AIM), which can be accessed at: http://www.faa.gov/air_traffic/ publications/atpubs/aim/ Acknowledge - Let me know that you have received and understood this message. Advise Intentions - Tell me what you plan to do. Affirmative - Yes. Confirm - My understanding of your transmission is Is that correct? Correction - An error has been made in the transmission and the correct version follows. Final - Commonly used to mean that an aircraft is on the final approach course or is aligned with a landing area. Go Ahead - Proceed with your message. Not to be used for any other purpose. Hold or Hold Position - Stay in place where you are currently located. Hold Short of... - Proceed to, but hold short of a specific point and maintain appropriate distance to avoid interfering with other traffic. With respect to runways, always stop at the runway 25 FAA Guide to Ground Vehicle Operations FAA Guide to Ground Vehicle Operations Aviation Phraseology Aviation Phraseology 26 holding position marking unless otherwise directed by ATC. A read back confirmation to ATC is required anytime a "hold short" instruction is given. Line Up and Wait (LUAW) - This phrase has replaced the "Position and Hold" instruction by a controller to direct a pilot to enter the runway and await takeoff clearance. Negative - No; Permission not granted; That is not correct. Proceed - You are authorized to begin or continue moving. Read Back - Repeat my message back to me. Roger - I have received your last transmission; but not to be used to answer a question requiring a "yes" or "no" response (see Affirmative, Negative). Say Again - Repeat what you just said. Stand By - Wait for further information, as in "stand by for clearance". Unable - Indicates inability to comply with a specific instruction, request or clearance. Verify - Request confirmation of information. Without Delay - Follow instructions expeditiously, specifically and safely. Wilco - I have received your message, understand it and will comply. AVIATION PHONETICS Because some letters and numbers may sound similar, the following list will reduce confusion. For example, Taxiway B would be referred to as Taxiway Bravo, and Runway 29 is Runway Two Niner. As a vehicle driver, commit this phonetic alphabet to memory. A Alpha M Mike Y Yankee B Bravo N November Z Zulu C Charlie 0 Oscar 0 Zero D Delta P Papa 1 One E Echo Q Quebec 2 Two F Foxtrot R Romeo 3 Three G Golf S Sierra 4 Four H Hotel T Tango 5 Five I India U Uniform 6 Six J Juliet V Victor 7 Seven K Kilo W Whiskey 8 Eight L Lima X X-ray 9 Niner 17 rrr r r r r r r a w me um— r-- NM— 111! -- 1 r— N— I— M i 1 r r — ON r all FAA Guide to Ground Vehicle Operations Additional Information FAA Guide to Ground Vehicle Operations Additional Information ADDITIONAL INFORMATION In addition to all the information provided to you in this publication, there are other things to be aware of while operating a vehicle on the airport. Foreign Object Debris (FOD) Trash or rocks sucked into a jet engine can shred parts of the engine in seconds. A rock caught by a propeller can damage the propeller, as well as become a deadly projectile. Make your airport a safer place by putting all trash in a covered container that won't be blown over. Get in the habit of picking up any trash and debris that you notice while driving around the airport. Avoid tracking mud and rocks onto taxiway and runway surfaces. 28 Reporting Accidents If you are involved in an accident, report it immediately. If a collision occurred between you and an aircraft, it's critical that the aircraft not be flown until the damage can be inspected and repaired. Aircraft Rescue and Fire Fighting (ARFF) Just as when you are in highway traffic, if you see an airport emergency vehicle with its lights on, do not proceed until it has cleared. Always stay alert for any type of emergency activity and accompanying vehicles. All vehicles operating at a towered airport, including ARFF and police, are required to receive explicit runway crossing instructions from ATC. This applies to all runways encountered: active, inactive and closed, regardless of the type of emergency! 29 1 I FAA Guide to Ground Vehicle Operations Additional Information FAA Guide to Ground Vehicle Operations Additional Information Security Depending on the type of airport you work on, the security system may be as simple as a fence or it may include items as complicated as computer controlled automatic gates with television screen monitors. At large air carrier airports, security will be provided by the airport's police department or local law enforcement. At smaller airports, the airport manager or the fixed -base operator may be responsible for security. If you see a gate left open, close it, and then report it to the airport security office. Never let someone follow you through a gate. If you see a strange person or vehicle that appears lost, stop and offer assistance. Or, if your airport has a security department, contact them for help. If you work at an air carrier airport, the airport manager has a complete security plan of the airport with detailed procedures for specific situations. Be sure you know what your responsibilities are and ask your supervisor if there is anything about which you are unsure. 30 Nighttime or Bad Weather Driving If you are required to drive on the airport at night, on your first couple of trips take someone along who is very familiar with the airfield. Things look different at night. The same applies if you are driving in bad weather. In both cases, allow yourself extra travel time and drive slower than you would normally. Remember, your vehicle's rotating beacon and headlights will provide additional visibility and help to identify your vehicle to others. During winter conditions, signs and markings may be obscured by snow. Snow equipment may be operating in low visibility conditions and may not see your vehicle. Use caution; remember there are extra risks present. This guide has covered the basics of how to safely drive on an airport. Remember to be courteous to your fellow drivers, pay attention, drive carefully, follow instructions, avoid distractions, obey the rules and regulations and set a good example. Eventually, with experience, you will attain a comfortable working knowledge of how to safely move around. 31 II= r mu r am — ow me ma rI no um r um am sr me am ri N N r E i S MS N all r 1 Or M r r MI MI all I If there is something you don't understand, seek clarification before proceeding, especially when you are at a towered airport with an operating ATC tower. With experience, you will attain a comfortable working knowledge of moving about the airport surface safely. Always maintain situational awareness and contact ATC if you are unsure, lost or unclear of an instruction. For more information: Office of Runway Safety www.faa.gov/go/runwaysafety Aeronautical Information Manual (AIM) http://www.faa.gov/air_traffic/publications/atpubs/aim/ Aeronautical Navigation Services Group (AeroNav) Airport Diagrams www.faa.gov/airports/runway_safety/diagrams Airport Security - TSA Part 1542 www.tsa.gov/research/laws/regs/editorial_1785.shtm Runway Safety - Vehicle Drivers www.faa.gov/airports/runway_safety/vehicle Runway Safety - Hot Spots List www.faa.gov/airports/runway_safety/hotspots/hotspots_list 32 Federal Aviation Administration FAA Guide to Ground Vehicle Operations Self Assessment FAA Guide to Ground Vehicle Operations Self Assessment FAA Guide to Ground Vehicle Operations Self Assessment 1. A controller who says, "Go ahead" means: A. B. C. Proceed as requested. Continue straight ahead. State your message. 2. The red and white sign next to the taxiway is called a runway holding position sign. This sign indicates: 4-22 A. Runway 4/22 is ahead. This sign is collocated with surface painted holding position markings and indicates that you must have clearance from ATC to proceed. B. That you should follow the sign to get to the parking apron. C. Nothing to me, it's only there for the pilot's use. 3. Two solid yellow lines with two dashed yellow lines represent the marking for a runway holding position. All aircraft, vehicles and pedestrians approaching the runway are required to have a clearance from ATC before proceeding beyond the two solid yellow lines. A. True B. False 34 4. Runway markings are: A. White B. Yellow C. Red 5. Taxiway markings are: A. White B. Yellow C. Red 6. As you are on your way to a construction site on the airfield, you are approaching a runway and have not received a specific instruction to cross the runway. What will you do? A. Drive to the edge of the runway to see if it is clear of landing or departing aircraft, and then proceed. B. Stop prior to crossing the holding position marking and contact ATC for clearance. C. Use your cell phone to call someone at the construction site and ask if it is ok to cross the runway. D. Nothing, since vehicle drivers are not required to obtain clearance to cross runways. r— rr — r r rr en NE — r r rr am no r r 35 Ell IMO NU 11111 1111 1111 all MN NM 1111 11111 11111 !MI FAA Guide to Ground Vehicle Operations Self Assessment FAA Guide to Ground Vehicle Operations Self Assessment 7. You are driving in a vehicle designated OPS -1 awaiting clearance to cross runway 19, and you hear ATC clear OPS -4 across runway 19. What will you do? A. Proceed across runway 19 since you know that ATC meant to say "OPS -1". B. Contact OPS -4 on the radio to advise they are cleared to cross runway 19. C. Call ATC to clarify if the clearance to cross runway 19 was for OPS -1. D. Turn around and return to Operations because your shift is ending. 8. A Runway Incursion is defined as any occurrence at an aerodrome involving the incorrect presence of an aircraft, vehicle or person on the protected area of a surface designated for the landing and takeoff of aircraft. A. True B. False 9. What does "Explicit Runway Crossing Clearance" mean? A. A "taxi to" clearance will allow you to cross multiple runways. B. Typically, instructions to cross a runway will be issued individually for each runway encountered. C. It replaces "Position and Hold". D. It's a trick question, no such instruction exists. 36 10. On a runway you see this sign. What does it mean? A. B. C. You are approaching runway 22. You are on runway 22. It is an informational sign only. 22 D. There are 2,200 feet remaining to the end of the runway. 11. At night what color lights/reflectors mark taxiways? A. White B. Blue C. Red D. Yellow 12. When driving in the area immediately behind a large jet aircraft with its engines running, a driver should: A. Not be concerned about danger from the jet blast because a typical car/van is too heavy to be affected. B. Stop or stay well back, and do not proceed too closely behind the aircraft. C. Cross the area of jet blast at a perpendicular angle to minimize the hazard. D. None of the above. 13. Unless contrary instructions have been received from air traffic control, a vehicle should always yield to an aircraft. A. True B. False 37 FAA Guide to Ground Vehicle Operations Self Assessment FAA Guide to Ground Vehicle Operations Self Assessment 38 14. This sign on a taxiway indicates: FBO i 22.33-) A. You must have clearance by ATC to taxi past these signs. B. Distance to FBO is 2,333 feet to the right. C. FBO is southeast and runway 22/33 is east of your location. D. The direction towards location of the FBO & runways 22/33. 15. If, at a non -towered airport, you see an aircraft approaching the runway to land when you are waiting to cross the same runway, you should: A. Hold short of the runway until the aircraft is past the point at which you will cross the runway, then proceed when it is safe. B. Proceed across if the aircraft has not announced its position on the CTAF or UNICOM frequency. C. Contact the pilot by radio and see if he or she intends to make a touch and go landing. D. Flash your headlights at the aircraft. 16. You are driving at a non -towered airport. An aircraft that has announced its position on the UNICOM frequency as `downwind' is flying: A. Perpendicular to the runway after initial climb and turn. B. Parallel to the runway in the direction opposite landing. C. An approach to land with the wind instead of into the wind. D. Any of the above. 17. If an air traffic controller directs you to do something that you believe is unsafe: A. You must comply or face disciplinary action. B. You should comply and then call your supervisor as soon as possible. C. You should ask the controller for clarification before complying with the instruction. D. Flash your headlights and then proceed. 18. The yellow painted marking at the beginning of this runway indicates: A. The pavement can be used for takeoff only. B. The pavement can be used for landing only. C. The runway threshold has been relocated. D. Does not apply to vehicles. mu I ims um an um an as as um mai En my ow EN no me ma as 39 um] m no es on me um so am a EN on um am so EN m FAA Guide to Ground Vehicle Operations Self Assessment FAA Guide to Ground Vehicle Operations Self Assessment 19. This sign is located on a taxiway. What does it mean? A. You must have clearance from ATC to taxi past this sign. B. Taxiway Bravo is west of your location on the airport. C. It is a directional sign informing you that taxiway Bravo is the next left turn. D. None of the above. 20. If radio contact is lost and the tower signals with a flashing red light, I should: A. Stop. B. Clear the runway or taxiway. C. Ignore the signal. D. Return to my point of origin on the airport. 21. You are driving on a non -towered airport. An aircraft that has announced its position on the UNICOM frequency as "base leg" is flying. A. Perpendicular to the runway after initial climb and turn. B. Parallel to the runway in the direction opposite landing. C. Perpendicular to the runway about to turn final and land. D. None of the above. 40 22. What does this sign indicate? A. 11 11 11 11 This sign next to a taxiway identifies the ILS Critical Area, which you must drive beyond when exiting the runway as directed by ATC. B. You should be directed by ATC before proceeding beyond this sign. C. Indicates that you are at a runway threshold. D. Both A and B. 23. What do the chevrons at the end of a runway indicate? A. The pavement is to be used for takeoff only. B. The pavement is to be used for landing only. C. The pavement is not to be used. D. Indicates the current wind direction. 24. What is the procedure when you approach these painted markings from the solid line side? A. Proceed with caution. B. No permission needed prior to crossing. C. You must always have permission from air traffic control prior to crossing. D. No procedure required. 41 FAA Guide to Ground Vehicle Operations FAA Guide to Ground Vehicle Operations Self Assessment Answer Key 25. What does this surface painted marking mean? A. Since it is a single solid & single dashed line, it does not apply to ground vehicles. B. Divides movement area from non -movement area; crossing solid line requires ATC authorization. C. It defines the taxiway edge. D. You can pass other vehicles when you are on the dashed side. 42 1. C 2. A 3. A 4. A 5. B 6. B 7. C 8. A 9. B 10. B 11. B 12. B 13. A 14. D 15. A 16. B 17. C 18. C 19. C 20. B 21. C 22. D 23. C 24. C 25. B 43 — r r■i on or as re — NNE ro — me um Nis am — — ri